Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2005 FBO #1175
SOURCES SOUGHT

D -- Miniaturized Instrumentation System

Notice Date
2/11/2005
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-PKZB-ASMT
 
Response Due
3/31/2005
 
Archive Date
3/31/2005
 
Description
This is a Request for Information (RFI) The Air Armament Center, 46 Test Wing, Technical Directorate, Investment Programs Office, is beginning the planning phase in preparation for development of a miniaturized instrumentation system for DOD test applications. This effort entails the integration of commercial off- the shelf (COTS) components into a wireless sensor network and bi-directional telemetry link. Key features of the system concept are: ?Flexible non-intrusive external system (components can be mounted to and removed from test assets without permanent modification) ?Wireless components ?Utilizes existing range infrastructure for data telemetry downlinks ?Maximum use of COTS components and off-the-shelf generic personal computers (PCs) and data storage systems to reduce cost and ensure availability System components would include: ?Miniaturized distributed wireless accelerometers capable of providing near real time acceleration data ?Strain gauges, pressure transducers and load cells capable of measuring and transmitting loads information at needed locations on aircraft, suspension equipment, and stores ?Inertial measurement units integrated with GPS receivers capable of providing accurate near real time store separation and/or trajectory data from weapon launch to impact. ?A miniaturized data acquisition system and telemetry transceiver that can be non-intrusively mounted on an aircraft or store for communication with a ground station. ?A ground station consisting of a base station, data storage unit, control PC, an interface to existing test range high-gain tracking/receiving antennas, and a network connection to existing range infrastructure. The following is a depiction of the system concept: Fig. 1 ? System Concept In Fig. 1, the red symbols represent a wireless sensor network. The blue symbols represent the telemetry data acquisition system and transceiver. Note the bi-directional link to the ground tracker/receiver. Flight test applications would include: ?Aircraft Flutter/Vibration Testing: Distributed wireless accelerometers would provide near real time acceleration data. ?Aircraft and/or Store Loads Testing: Strain gauges, pressure transducers and load cells would provide loads information at needed locations on aircraft, suspension equipment, and stores. ?Store Separation Testing: Inertial measurement units integrated with GPS receivers would provide accurate near real time separation data. ?Weapons Testing: Inertial measurement units integrated with GPS receivers would provide near real time trajectory data from launch to impact. In addition to flight testing, there are numerous other DOD applications for this system such as developmental testing, operational testing, and training. There are also numerous potential applications in the commercial sector. It is anticipated that the initial program would consist of the following phases: Phase I: Feasibility Studies/Concept Exploration Phase II: Prototype Hardware/Software Development/Functional Testing/Environmental Testing Phase III: System Demonstration At this time the Government is merely exploring contractor interest and capabilities in meeting the described requirements. In response to this RFI, please provide an indication of your interest and capabilities, along with a rough order of magnitude cost. Responses will be considered competition sensitive if requested. This RFI is for planning purposes only and shall not be considered as a request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses from this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. The information resulting from this RFI may be included in one or more RFPs, which will be released to industry. No proprietary data may be submitted as part of the initial reply to this RFI. Any subsequent actions resulting from the evaluation of the information provided in response to this RFI will be synopsized at a future date. Replies to this RFI should be sent to the 46 TW/TSS, Mr. Steve Musteric, 303 N. 7th Avenue, Suite 106, Eglin AFB, FL 32542 or email to steven.musteric@eglin.af.mil. For Figure 1 above, please contact the Program Manager, Mr. Steve Musteric, 303 N. 7th Avenue, Suite 106, Eglin AFB, FL 32542 or email to steven.musteric@eglin.af.mil. phone number 850-883-7685.
 
Place of Performance
Address: Eglin Air Force Base
Zip Code: 32542-6864
Country: USA
 
Record
SN00749898-W 20050213/050211211856 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.