Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOURCES SOUGHT

58 -- MH-60 Common Data Recorder

Notice Date
3/29/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-2-3-4-1-2
 
Response Due
4/15/2007
 
Description
This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting a Market Research of Industry to determine potential contractors who have a Solid State Data Recorder/Reproducer that could be used to support MH-60R/S aircraft mission data. The recorder system must meet the following minimum requirements. The recorder system must accommodate up to 300 GByte of solid state memory in a single hot-swappable storage module with a goal of 500 GByte. The storage module and mating I/O assembly must be capable of withstanding repeated insertion/removal cycles and routine handling and transportation as typically encountered in maritime helicopter operations. The system must be operable over a temperature range of -40 degrees to +55 degrees C at altitudes up to 10,000 feet (pressure.) The recorder system must weigh less than 20 lbs and be contained within a volume of 650 cubic inches. The recorder system must be compatible with existing aircraft power in accordance with MIL-STD-704A, operating on 28V direct current. The recorder must be compatible with the maritime helicopter operating environment as defined in applicable provisions of MIL-STD-461E, MIL-STD-464A, and DO-160D. The recorder must be capable of hard-mounting to aircraft structure without need for special shock mounts. Construction in accordance with MIL-HDBK-454 is a design goal. The ground based recorder system must be either capable of operating in a ground or ship-board facility using 115VAC 60 Hz power or the storage module must be compatible with a ground-bench style recorder/reproducer. The recorder system must be of modular construction such that data input/output interfaces may be added, removed, or reconfigured in the field using common electronics shop tools. Desired baseline recorder data interface styles and quantities include 10/100/1000Base-T Ethernet (1 channel), 10/100/1000Base-T Ethernet optical (1 channel), MIL-STD-1553B RT & BM (1), RS 170/NTSC video (4), RS 343/RGB video (1), IEEE 1394 Firewire (1); wideband analog audio (8) , and RS 422/485 serial channels (8). Video and audio signals must be capable of being independently and simultaneously recorded and reproduced in a linear tape media emulation mode. The recorder system must have sufficient memory bandwidth to accommodate simultaneous real-time recording of this minimum set of data. The recorder must accept a time code signal in accordance with the ICD-GPS-060A Precise Time and Time Interval (HAVEQUICK) standard. This time source will be used to synchronize frame-by-frame time encoding of the data channels. The recorder must be capable of seeking and retrieving individual data frames using the time code. The time code must be stored using a method permitting reproduction in IRIG-B format. The recorder must provide a remote control panel interface permitting mode selection and motion control for linear tape emulation channels. The recorder must also provide an interface suitable for full integrated control by an external mission computer via RS 422/485, 10/100/1000 Base-T Ethernet using TCP/IP, or MIL-STD-1553B. The recorder must be capable of accommodating growth data interface styles including ARINC 429, ECL, LVDS, and discrete signals (5V, 28V, and Open/Ground.) Additional growth channels of the previously described baseline video, audio and data styles are desired. An open published interface to the data recorder is desired to permit third party development of legacy proprietary data interfaces. An O-level to OEM maintenance concept is anticipated for the recorder system. However, the field-level modularity and built-in-test capabilities of the recorder system should support organic end-user maintenance at the module Shop Replaceable Assembly (SRA) level. Data requirements include such drawings and documents necessary to support aircraft design and integration, installation, operation, and in-service maintenance of the recorder system and ground-based units. The Government anticipates contract award no later than 31 July 2007 for an initial buy of three aircraft units and two ground-based units for evaluation including all interface and electrical components required to support installation. The required delivery schedule for these units is no later than 3-4 months after contract award. The Government does not intend to contract on the basis of this request or otherwise pay for the information solicited. Any company that would like the Government to consider their existing recorder system for the future procurement of this requirement should express their interest in writing. Please include a company pamphlet or brochure; a description of the existing recorder system including specifications, capabilities, and lead time for delivery; and a point of contact including telephone number and address. Written and/or electronic responses should not exceed 10 typed pages and must be received by 15 April 2007, to Naval Air Systems Command, 47123 Buse Road, Unit #IPT, BLDG 2272, Rm. 155, ATTN: Kent Munro, MH-60 Program (AIR-2.3.2.4.14), Patuxent River, MD 20670-1547. Submissions will not be returned.
 
Record
SN01262319-W 20070331/070329222707 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.