Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- DISPLAY SYSTEM FOR THE MAIN INSTRUMENT PANEL (MIP) FOR THE AFT FLIGHT DECK (AFD) DUE 081100 POC Roberta I Hollifield, Contracting Officer, Phone (757) 864-2521, Fax (757) 864-6966, Email r.i.hollifield@larc.nasa.gov -- Roberta I Hollifield, Contracting Officer, Phone (757) 864-2521, Fax (757) 864-6966, Email r.i.hollifield@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-025-RIH. E-MAIL: Roberta I Hollifield, r.i.hollifield@larc.nasa.gov. NASA/LaRC is hereby soliciting information for potential sources for a display system for the Main Instrument Panel (MIP) for the AFT Flight Deck (AFD), a two flight crew member cockpit approximately the same size as the B-757 airplane cockpit, located in the aft cabin of NASA LaRC's B757 aircraft. The AFD display system shall be composed of multiple flat panels serving as flight instruments, as engine and crew alerting displays and as general purpose graphics displays, located on the MIP. Each display will have a touch panel overlay. Liquid Crystal Display (LCD) is the preferred display technology for this application however other types of displays may be evaluated (e.g. gas plasma, projection systems). Vendors may not meet all of the requirements listed below but are encouraged to respond with their capabilities and products available or under development. The final display hardware layout of the MIP is not finalized; multiple hardware display form factors are acceptable. Vendors are encouraged to submit information on displays of various sizes. The Government welcomes responses on all possible configurations starting from the basic LCD module including integrated circuit drivers to a fully integrated ready-to-use system. The minimum viewable display area shall be no less than 6-inches (H) by 6-inches (V). The largest display size shall not exceed 22-inch (H) x 14.5-inch (V) x 7-inch (D). The display surface shall have anti-glare and anti-scratch coating. Minimum Brightness of 200Cd/m (58.4 fL) shall be required with all filters and coatings in place. Capability for a separate (analog) brightness control shall be provided. The minimum display resolution shall be 90 (H) x 90 (V) pixels/inch. A 100 x 100 pixels/inch resolution (or 1.25 arc min/pixel from eyepoint at 28 in. from LCD panel) will be desired. Vendors shall provide a failed-pixel (ON/OFF) specification in their proposal. However, there shall be no more than 4 failed pixels in the display within the warranty period. A color resolution of 16.7 millions true colors will be required. The viewing angles shall be 1 600 minimums in both the horizontal and vertical axis. Viewing angles greater than 1 700 in both axes will be highly desirable. Contrast ratio shall be 250:1 minimum. The display response time shall be less than 50 milliseconds for the combined rise and fall time. The capability to continuously adjust white balance from 50000K to 70000K will be desirable. An analog RGB video input interface shall be required.. The analog input connectors shall be BNC or HD-15. The desired minimum ranges for the horizontal and vertical frequencies are 50-95kHz and 50-100Hz respectively. In addition to an analog input, a digital input interface supporting Digital Visual Interface (DVI) will be highly desirable. Vendors should address in their response the following specifications for their proposed display: vibration and shock (operating and non-operating), maximum altitude, weight, temperature and humidity (operating and non-operating), power (voltage, frequency and consumption), touch-input capability (type, interface and connector), cooling requirements, mounting requirements, Mean Time Between Failure (MTBF) and maintainability. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Technical questions should be directed to: Marshall Smith at 757-864-6411 (r.m.smith@larc.nasa.gov) OR Miguel Alvarez at 757-864-6405 (m.a.alvarez@larc.nasa.gov). Procurement related questions should be directed to: Roberta Hollifield at 757-864-2521 (r.i.hollifield@larc.nasa.gov). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Roberta I. Hollifield no later than August 11, 2000. In responding, clearly mark all correspondence as Reference Number 1-025-RIH. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/13/00 (D-SN474592). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0322 20000717\66-0020.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com