Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

66 -- Inertial Measurement Unit

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1S0AZ711B001
 
Response Due
5/23/2007
 
Archive Date
10/10/2007
 
Description
DESC: The 412 Test Wing, Edwards AFB intends to award a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures, to Microbee Systems, 21723 N. Meadowview Ct, Colbert, WA 99005, based on them being the only manufacturer of the HG 1700 Precision Base with PC-104 ADAN Compatible SDLC Communication Interface, Quantity 3 each. The requirement is for 3 Inertial Measurement Unit (IMU) fixtures that include a specific PC-104 base plate and stackable frame and a PC-104 compliant Interface Unit (IU) mounted in a separate stackable PC-104 frame, Contractor Part Number IMU-1700-104. The system is to be used as a Time-Space Position reference system. MICROBEE SYSTEMS INC. N MEADOWVIEW CT, Colbert, WA, is the only known source that satisfies the government?s requirements at this time. The NAICS code is 334511. REQUIREMENTS IMU Fixture Requirements: Contract shall mount an HG1700-AG58 unit on the base unit within a PC-104 frame of minimum height. Contract shall mount the IMU to the base plate with the IMU axes aligned with the base plate axes. If alignment cannot be performed to within .01 degrees, the alignment error must be measured and reported for reach unit. 3. IU Requirements: The IU shall be designed to perform without failure under a normal industrial temperature range. The IU shall include conformal coating, shall accept a TTL-level-1 Hz timing signal, which it shall use for timing purposes and also feed to a selectable IRQ on the PC-104 bus. The IU shall include an interface to the HG1700-AG58 IMU for the purpose s of proving unit power and collecting measurements, shall include a general-use RS-422 asynchronous serial port that is accessible through the PC-104 bus and able to share an interrupt line with other ports, shall accept Type 1 and Type 2 messages from the IMU, shall time-tag the measurements with fraction of seconds to an accuracy of 1 microsecond to a GFE computer in the PC-104 stack. This can be either I/O mapped memory mapped and shall be selectable. The IU shall provide a bus interrupt when a complete IMU data message is available and the interrupt shall be selectable by jumpers. Ship Date: Twp Weeks ARO. FOB: Destination Edwards AFB CA 93524. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated Award date is May 24, 2007. Responses must be received no later than (NLT) 2:00 p.m., Pacific Standard Time, May 23, 2007. Responses can be submitted: via e-mail to rachel.cavanna@edwards.af.mil or alternate judy.pace@edwards.af.mil or mailed to 412 TW/PKDD, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524-1185, Attention: Rachel Cavanna or alternate Judy Pace. Fax Number: 661-277-0470, please verify receipt of fax via email to me. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received before the closing of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01289600-W 20070510/070508220521 (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.