SOURCES SOUGHT
58 -- High-Speed Data Acquisition System
- Notice Date
- 5/25/2011
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-11-F-E008
- Archive Date
- 6/20/2011
- Point of Contact
- Ryan Richardson, Phone: 661-277-0760
- E-Mail Address
-
Ryan.Richardson@edwards.af.mil
(Ryan.Richardson@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis - FA9302-11-F-E008 This is a Sources Sought Synopsis. The Air Force Flight Test Center (AFFTC), 412 Test Engineering Group (TENG), Edwards AFB, CA is looking for sources with a demonstrated expertise and experience for a contract to provide a family of compatible hardware and software products and services meeting the High Speed Data Acquisition Systems requirements. The items required must be Form, Fit and Function compatible and interchangeable with products previously procured from Teletronics Technology Corporation, Newtown, PA. These items were designed and developed by the manufacturer and the government cannot provide detailed specifications and drawings. The requirements include but are not limited to the following items: hardware, software, technical and administrative support, service, training, data, hardware and software enhancements and repair and retrofit. The Airborne Data Acquisition System shall be a highly advanced, proven, fully integrated, general purpose flight test instrumentation specifically designed for aerospace applications. The data acquisition system shall use the Common Airborne Instrumentation System (CAIS) bus in its design. The basic system shall consist of a programmable controller unit which communicates with analog and digital remotes via a high speed CAIS bus with command response topology. The remote units shall handle a large number of widely diversified data sources which include low and high level analog signals, as well as support programmable gain, auto gain ranging, signal conditioning and signal filtering as required. The units shall also handle digital data from sources such as Bi-Level, Serial and Parallel inputs as well as monitor and interface standard avionics buses including MIL Std 1553 A/B, ARINC 429, RS-232/422, RS485, Universal Serial Bus (USB), Ethernet 10/100/1000 base-T, Fire wire IEEE-1394b, ASM Copper/Glass Fiber Channel and F-22 FOTR Bus. The system shall be capable of providing multiple data output formats in accordance with the Range Commanders Council (RCC) Inter-Range Instrumentation Group (IRIG) Standards, IRIG 106, as well as support selected data and bulk recording per IRIG Chapter 10. All system components shall be compatible with and supported by TTC WARE for configuration set-up, display and analysis. Current Programs which may be affected include F-22 EMD and enhancements, F-16 Peace Marble and F-16 Block 60 UAE, and USAF Sustainment Programs like the B-1, C-130J, C-5, F-117, B-1, CV-22 and U-2 Projects as well as new F-35 JSF, UAV, Weapons Integration and other planned projects. The Government intends to procure these items under FAR part 12. Items required will specifically include: Item Part # Model # Description 1. 950109000-002, TTS-9660-2, Multimode Transmitter, 10 or 20 watts Selectable, Extended Lower L-Band, 1350 to 1535 MHz, 9 cubic inch, Non-Isolated, Parallel Load and RS-232 Frequency Programmable 18:QTY 2. 931000100-006, RMOR-2000D, 6 19" Rack Mount Output Reproducer Chassis with Power Supply (110-240VAC 50/60 Hz Auto) with two DMX-100E cards 1:QTY 3. 197103410-004, MMCF-16000HS, High Speed Memory Modules Compact Flash 16GB; use only with MSSR-100C/2000C-SA and MSSR-110/2010 33:QTY 4. 920004500-001, HSCM-200-1, Camera Mounting Dovetail Kit; for use with the nHSC-31 Camera; Mounts to Visual Instrum QD-200 camera mount 33:QTY The applicable NAICS code is 334220. The size standard, as defined by the U.S. Small Business Administration, is 750 employees. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY 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. No solicitation currently exists; therefore, please do not request a copy of a solicitation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement Interested parties who believe they can meet or exceed all of the requirements described in this notice are requested to submit, in writing, appropriate documentation, literature, brochures, and other pertinent information to demonstrate that the stated requirements can be fulfilled. Responses must include the following: Name and address; size of business; Cage Code; and whether they are a large, small, small-disadvantaged, 8(a), HUB-zone, disabled veteran- or woman-owned business Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 4:00 p.m. PST on 5 June 2011. Such capabilities/qualifications will be evaluated for the sole purpose of determining whether to conduct this procurement on a competitive basis. A determination by the Government to compete this proposed effort on a full and open competition basis or not, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Technical questions may be directed to Mr. Mark Theologidy at 661-275-6809. Contractor must be registered into the Central Contractor Registration (CCR) to be eligible for contract award or payment from any DoD activity. Information on registration and annual conformation requirements may be obtained by calling 1-888-277-2423, via the Internet at http://ccr.edi.disa.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-11-F-E008/listing.html)
- Place of Performance
- Address: Air Force Flight Test Center, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02456511-W 20110527/110525234544-1b5399adf6dbec9eb8d54764dddb5685 (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 |