|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228AFDTC/PKZA, 205 West D Avenue, Suite 428, Eglin AFB FL 32542 A -- AUTOMATED MEASUREMENT SYSTEM DUE 122098 POC Vicky Dawson,
Contracting Officer, (850) 882-4141 Market Survey/Request for
Information. The safe escape/safe separation analysis team, in support
of the Air Force Seek Eagle Office at Eglin AFB FL, seeks sources and
information related to a program to establish the capability of
providing an automated measurement system that can determine the
average presented area of irregular shaped objects. In an effort to
continue to enhance this analysis support, the safe escape/safe
separation analysis team has a continuing need to determine the average
presented area of irregularly shaped fragments in support of point-mass
trajectory calculations used in the present analytical solution. The
safe escape/safe separation model presently uses the Uniform
Orientation Hypothesis which assumes fragments are tumbling objects
with every possible orientation of the fragment occurring an equal
number of times. Previous attempts at developing measuring devices for
the average presented area of these fragments have had difficulties
due to severe limitations on fragment size, ability to orient the
fragment on a stable platform for multiple orientation measurements,
physical size of the measuring device and fragment-background contrast
for those devices using external lighting and computer digitizing. Our
present method is to approximate the scale geometry of the fragment
from different aspects onto hard copy and then measure the area with
the use of a planimeter. The present process is to time consuming and
has accuracy limitations. A more viable solution is needed which is
less labor intensive and is more accurate while satisfying physical
dimension constraints, maintenance constraints, and ease of operation
requirements. Specific requirements are as follows: a. Physical Size:
Desirable system be no greater than approximately 5 feet high, 2.5 feet
wide, and 5 feet in length. b. Measurement Capabilities: The system
must be capable of measuring fragments in the range of 20 inches long
by 5 inches wide to 0.5 inches by 0.25 inches with an accuracy of +/-
5 percent relative to apredetermined actual value. A calibration
process must be provided as part of the proposed system. c. Computer
System: The desired computer for this system is a PC. Other systems may
be proposed for discussion. d. Maintenance: To facilitate maintenance,
the system components are desired to be commercial off-the-shelf to
the extent possible. e. Time required to measure a fragment should be
no greater than 5 minutes. f. Specific Software Requirements: If unique
software is developed for this system, it must be written in a high
order, object oriented, language. The source code and executable must
become property of the government with rights to modify as desired. g.
Inputs: File name, fragment number, mass, desired measurement unit --
- grains or grams. h. Outputs: As a minimum, it should contain: (1)
fragment identification number, (2) mass in grains, (3) fragment
average presented area in square inches, (4) gamma, and (5) shape
factor of each fragment. Computational methods for shape factor and
gamma will be provided. i. Training: Operation of the proposed system
should not require special skills with lengthy training programs.
Government operators will be engineers and analysts with general
computer skills. Offeror should propose a training program for
technology transfer to the Air Force SEEK EAGLE office. Questions
concerning this market survey/request for information should be
directed to Ms. Vicky M. Dawson, Contracting Officer, (850) 882-4141,
email address dawsonv@eglin.af.mil. This market survey/request for
information is for planning purposes only, and shall not be construed
as a Request for Proposal (RFP) or as an obligation on the part of the
Government to acquire any follow-on acquisitions. The Government does
not intend to award a contract on the basis of this market
survey/request for information or otherwise pay for the information
solicited. No entitlement to payment of direct or indirect costs or
charges by the Government will arise as a result of the submission of
responses to this market survey/request for information. The Government
reserves the right to reject, in whole or in part any industry input as
a result of this market survey/request for information. This market
survey/request for information does not constitute the solicitation of
any proposals and authority to enter into negotiations to award a
contract has not been authorized. Information provided may be used by
the United States Air Force in developing its acquisition approach and
its Statement of Objectives (SOO). Technical documentation concerning
this program will be posted in the future on the Eglin AFB Contracting
Opportunities Internet Web Page at http://eglinpk.eglin.af.mil or
provided upon special request. Information collected from this market
survey/request for information may be released to industry as updates
to program documentation during the RFP stage; therefore, it is
required that the data received must be received with unlimited rights
to the Government. Please respond within 30 days of the posting of
thisRFI. Firms responding to this synopsis should state if they are a
large, small, or small disadvantaged business. The appropriate SIC code
is 8731 with a size standard of 500 employees. An ombudsman has been
established for this acquisition. The only purpose of the ombudsman is
to receive and communicate serious concerns from potential offerors,
when an offeror prefers not to use established channels to communicate
his/her concern during the proposal development phase of this
acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns, before
resorting to the use of the Ombudsman. Potential offerors are invited
to contact AAC's Ombudsman Col. Christopher Caravello, Department of
the Air Force, AAC/CV, 101 West D Ave, Suite 116, Eglin AFB FL
32542-5495, (850) 882-0662, e-mail address caravell@eglin.af.mil, for
serious concerns only. For routine communications concerning this
acquisition, potential offerors are invited to contact Ms Vicky M.
Dawson,Contracting Officer, (850) 882-4141, email address
dawsonv@eglin.af.mil, for contractual information or LT Doug Harrison
(850) 882 9811 ext 3212, email harrisod@eglin.af.mil for programmatic
information. Collect calls will not be accepted. Posted 11/20/98
(W-SN273620). (0324) Loren Data Corp. http://www.ld.com (SYN# 0011 19981124\A-0011.SOL)
A - Research and Development Index Page
|
|