Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOURCES SOUGHT

A -- Acquire drop-in replacement Doppler Velocity Log (DVL) with MIL-STD-1553B-2013 using the latest technology

Notice Date
7/30/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
Replacement_Doppler_Velocity_Log
 
Archive Date
8/29/2013
 
Point of Contact
Lionel R. Lawson, Phone: 8138266957, Lois E. Brockson, Phone: 8138268909
 
E-Mail Address
Lionel.Lawson@socom.mil, lois.brockson.ctr@socom.mil
(Lionel.Lawson@socom.mil, lois.brockson.ctr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought Announcement must be in writing. The purpose of this Sources Sought Announcement is to obtain market research knowledge that will enable the buying command to make appropriate decisions and to gain knowledge of potential qualified sources interested and capable of performing the work. The United States Special Operations Command (USSOCOM) seeks to acquire the next generation Doppler Velocity Log (DVL) as a drop-in replacement of the "Broadband DVL-1553" installed into the current generation of Navy underwater vehicles. The DVL shall be integrated with an OCTANS 1000 Gyrocompass and a Pressure Sensor. The design shall retain the output modes, command structure, and communications protocol of the Broadband DVL-1553, as well as maintain the mechanical fitment of the current system, minimizing any change to the NAVY underwater vehicle. The work required for this project entails the following: 1. Develop or modify firmware to interface with 3rd party sensor suite. 2. Develop or modify firmware to interface with MIL-STD-1553 command structure and add customer-specific commands and data output formats. 3. Develop and integrate RS-232 to MIL-STD-1553 converter device into the DVL housing. 4. Develop and integrate DC/DC converter to provide various voltage requirements to the DVL, the RS-232 to Mil-STD-1553 converter, the Pressure Sensor, and the OCTANS Gyrocompass. 5. Design housing and/or adapter kit to allow the DVL to directly interface to the existing NAVY underwater mounting configuration. 6. Assist government personnel with testing and evaluation to include creating test processes and procedures and providing test consulting and test data analysis. Requirements for this project: Bottom Tracking Requirements • The DVL shall maintain bottom lock over an altitude range of 600ft (Threshold); 700ft (Objective) to 4ft (Threshold); 3ft (Objective) above bottom in 5°C, 35ppt seawater. • The long term accuracy of the DVL's bottom tracking shall be ≤ ±0.6% ±0.2cm/s (Threshold); ±0.4% ±0.1cm/s (Objective) when operating at 300ft bottom track altitude in 5°C, 35ppt seawater. • The short term error (single ping standard deviation) of the DVL's bottom tracking shall not exceed 0.6cm/s when operating at 300ft bottom track altitude, traveling at 1m/s in 5°C, 35ppt water. • The DVL shall ping at ≥ 3.3 Hz when bottom tracking at 4ft altitude. • The DVL shall have ±9 m/s horizontal velocity range. Transducer Requirements • The material of the DVL housing shall be 6061-T6 Aluminum in accordance with ASTM B221. • The DVL housing shall have a hard coat anodize IAW MIL-A-8625F, Type III, class 1 with a sodium dichromate seal. • The DVL shall have a minimum of 4 beams. • The DVL face shall be fully recessed in the DVL mounting well in a manner that ensures the beams of the transducer are unobstructed. Physical Requirements • The DVL shall not exceed 22 inches (Threshold); 18 inches (Objective) of length and ≤ 8 inches in diameter. Internal Sensor Requirements • The DVL shall have an internal temperature sensor. • The DVL shall have an internal pressure sensor with an operational range ≥ 150PSI. External Interface Requirements • The DVL shall interface with IXSEA's OCTANS 1000 Gyrocompass external sensor using SeaCon Brantner's MIN-G-10#22-FCR connector. Data Requirements • The DVL shall have data communication in accordance with MIL-STD-1553B Aircraft Internal Division Command/Response Multiplex Data Bus using SeaCon Brantner's MIN-L-3#14&6#22-FCRL connector. • The contractor shall provide a test software application to interface with the DVL to verify MIL-STD-1553B communications. • The DVL shall have data communication in accordance with RS-232 using SeaCon Brantner's MIN-K-12#22-FCR connector. Power Requirements • The DVL shall operate with a supply voltage of 18-37 VDC. • The DVL's internal DC/DC converter shall power internal/external 3rd party sensors. Environmental Requirements • The DVL shall operate at a temperature range of -5°C to 40°C. • The DVL shall remain undamaged at storage temperature range of -30°C to 60°C. • The DVL shall not have internal condensation. • The DVL shall comply with the IEC 60945 standard. • The DVL shall comply with the IEC 1010-1 standard. • The DVL shall have a maximum depth rating of ≥ 1000m. If your organization has the potential capacity to perform this contract services, please provide the following information: 1. Organization name 2. Cage code 3. DUNS number 4. Address 5. Email address 6. Web site address 7. Telephone number 8. Size and type of ownership for the organization 9. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The total number of pages shall not exceed 10. Submission Instructions: Interested parties who consider themselves qualified to perform above-listed services are invited to submit a response to this Sources Sought Notice no later than 14 Aug 2013 1630 HRS eastern daylight savings time. All responses under this Sources Sought Notice must be submitted to Lionel Lawson at email: Lionel.Lawson@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/Replacement_Doppler_Velocity_Log/listing.html)
 
Record
SN03131940-W 20130801/130731000117-09547ef4c80ffdffb30fce1c1e9454c6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.