Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

66 -- Advanced Disorientation Research Device and Flight Simulator for NAMRL

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N00189NAMRL
 
Response Due
10/1/2007
 
Archive Date
10/16/2007
 
Description
FISC Norfolk Contracting Department, Philadelphia Office intends to acquire an advanced disorientation research device and flight simulator with the capability for sustained G force, on a sole source basis from AMST of Ranshofen, Austria. This device will enable the Naval Aeromedical Research Laboratory (NAMRL) to continue its mission of conducting research, development, testing, and evaluation in aerospace medicine and related sciences to enhance the health, safety, and operational readiness of Navy, Marine Corps, and other military personnel. The required Professional Scientific Research Device, of which NAMRL only requires one (1) , will reside at NAMRL's relocated facility at Wright Patterson AFB, Ohio and must possess all of the following requirements: (1) Six Degrees of Freedom to include: continuous yaw, pitch, and roll beyond 360 dg displacement; peak velocity not less that 150 dg/s; peak acceleration not less than 60 dg/s2; ability for above to occur in a head-centered axis for +/- 2 standard deviation male or female; and ability for simultaneous rotation in the three axes above (or choices of one, two, or three axes simultaneously); (2) Vertical and Horizontal Linear Acceleration of not less than 400 lb payload at not less than .5 G to include: capability for pure horizontal linear acceleration of amplitude greater than or equal to 20 feet diameter and less than or equal to 50 feet diameter; and capability for pure vertical linear acceleration of amplitude great or equal to 5 feet and less than or equal to 12 feet; (3) Off-center Rotation to include: capability for off-center rotation at not less than 10 feet radius (or more than 25 feet) from center; capability for controlled counter-rotation of capsule during off-center rotation; and capability for acceleration of central axis at not less than 15 dg/s2; (4) Motion in Multiple Degrees-of-Freedom to include: capability for simultaneous off-center rotation during linear accelerations (horizontal, vertical, or both) along entire usable diameter of the horizontal or linear track (In the case of horizontal linear acceleration, this would require moving through the center of rotation to the other side of the track); and capability for simultaneous yaw, pitch, and roll rotation within the capsule's axis during off-center rotation and linear acceleration (horizontal, vertical, or both) of the capsule, (5) High G with Good Acceleration to include: must be capable of approximately 3G when subject is at maximum radius during off-center rotation; and acceleration to approximately 3G in at least 5 seconds; (6) Integrated Visual Display to include: field of view as close to human limits as possible, esp. in horizontal plane; and visual display configurable for different experiments so that display behavior can coordinate with motion stimulus, such as would be necessary for simulation experiments or experiments on visual-vestibular integration of sensory information; and (7) Man-in-the-Loop or capability for on-board personnel to supply control inputs, such as might be used in simulation experiments. The device must be man-rated to 3G and certified operational for human test subjects. The device must be manufactured, delivered, installed, man-rated, and operational 30 months after contract award in order to ensure that research vital to the Navy continues uninterrupted. The proposed acquisition is for a supply for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. AMST is the only known source capable of manufacturing and installing a single device that meets all the minimum needs of the Government as expressed above. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all information and/or challenges to the sole source acquisition strategy received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract 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 acquisition. Numbered note 26 applies.
 
Record
SN01376938-W 20070819/070817222424 (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.