SOURCES SOUGHT
59 -- NAVY ELECTRICAL WIRE DIAGNOSTIC TEST SYSTEM PROGRAM
- Notice Date
- 6/28/2004
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-04-RFI-0121
- Response Due
- 7/15/2004
- Point of Contact
- Cindy Scheper, Contract Specialist, Phone 732-323-2408, Fax 732-323-4822, - John Murtagh, Contracting Officer, Phone 732-323-2901, Fax 732-323-4822,
- E-Mail Address
-
cindy.scheper@navy.mil, john.murtagh@navy.mil
- Description
- The Naval Air Systems Command (NAVAIR) Lakehurst, NJ is seeking potential sources for advanced wiring diagnostic/prognostic Commercial Off The Shelf (COTS) options for upgrading the existing wire harness testing capabilities throughout the NAVAIR Warfighter Organizational (O) and Intermediate (I) Level maintenance communities. Only non-developmental items will be considered. Responses to this RFI will be evaluated for applicability to both the O and I maintenance levels. Although future procurement potential exists, this activity is conducting market research only, in connection with this RFI. The desired COTS unit will be portable (easily carried/luggable by personnel), user friendly and consist of all hardware and software to permit the equipment to be fully functional. Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training description/material, calibration requirements (if any), recommended spare parts list, warranty, life cycle (ten year) technical and parts support, maintenance plans, test documentation, brochures, catalog pricing and/or any other documentation that describes the company?s capability to manufacture and support the equipment of the type described in this announcement. The information provided shall describe the COTS system as it relates to System Requirements and Critical Parameters below. Supporting documentation is requested as applicable. System Requirements: 1. Maintain existing Fleet TPS interface: Software: The system shall have the capability of importing comma delineated ASCII formatted files, maintaining operational integrity with no testing performance degradation. Hardware: The system shall provide interface with existing TPS adapter cables using tester connector part number: MS27656T23B35S. 2. Integration of synthetic instrumentation: Instrumentation shall be compatible with COTS software suites (such as LabView) that allows easy updates/integration of additional COTS instrumentation technologies 3. Interface for integration of new test technologies: The system shall have external interfaces (e.g. USB, RS-232, Ethernet, PCM/CIA) to allow for future ?Plug and Play? instrumentation integration. 4. Provide automated switching up to 1000 test points. This requirement can be fulfilled by a single interface panel with 1000 test points or through ?daisy chaining? of boxes to achieve the required test points. Critical parameters: The equipment must be able to detect and locate conductor opens and shorts, degraded signal paths, and insulation damage on various wire types including: insulated stranded conductors, twisted shielded/unshielded, triaxial, and tri-twisted shielded/unshielded wire types. 1. Performance/Test Capabilities and Documentation In order to analyze wiring for entire avionics and electrical systems, the equipment must provide: o Programmable testing parameters o Automatic generation of point-to-point wiring configuration files based on known good conductive path measurements Preferred: Automatic generation of wiring schematics based on external software applications and/or known good conductive path measurements. o An automated switching matrix to provide up to 1000 test points. Preferred: High bandwidth switching to permit effective use of diagnostics methods such as TDR/FDR/SWR. o Measurement functionalities Insulation breakdown/integrity Resistance (0 ohm < 1 Gohm nominal) Capacitance (10pF < 1mF nominal) o Storage of test results for diagnostic/prognostic evaluation. 2. Technical Documentation: a. Setup and operation b. Repair processes c. Available training media 3. Size and Weight: Due to the varied operating environments, it is requested that respondents provide dimensional and weight information of their system(s) in basic and 1000 test point configurations. Please include: a. Overall dimensions b. Total foot print c. Total Cube space d. Overall weight (basic and 1000 test point configuration) Additional Considerations: 1. Provide a description of latent / intermittent fault detection methods that are available, or can be incorporated into the tester. The inclusion of technologies that target ?soft faults? such as wire insulation chafes, nicks, cracks, etc., and intermittent faults is a desirable feature. 2. Describe measurement capabilities as related to single-ended and dual-ended testing techniques. Since many testing applications do not allow for access to every end of the conductive path, making measurements from one end only is a desirable feature. Dual /multi-ended access is also necessary for complete point-to-point wiring data verification. 3. Describe branched-circuit testing methods. Troubleshooting becomes much more complex when the conductive path splits or branches. Techniques to isolate faults in the branches of these circuits are desirable. It is requested that respondents identify Government and/or Commercial customers currently using this equipment for the intended purpose of the equipment. Please provide customer point of contact, including a telephone number, e-mail address or web site, quantities sold along with dates sold, and a description of the unit(s). If providing information electronically, please ensure that the information is compatible and accessible using Microsoft Office 98 software. This announcement is not a formal solicitation and is not a request for proposal. No contract will be awarded from this announcement. No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests. Availability of any formal solicitation will be announced under a separate announcement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. Each response must reference the ?Request for Information? title. Responses should be sent to: Naval Air Warfare Center Aircraft Division Attn: Cindy Scheper or Jack Murtagh, Contracts Code 2.5.2.2.1, Highway 547 Building 562-1 Lakehurst, NJ 08733. Responses must be received in writing no later than 15 July 2004 by 4 pm EST.
- Record
- SN00611422-W 20040630/040628212327 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |