SOLICITATION NOTICE
66 -- Data Acquisition System
- Notice Date
- 3/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATA ACQ SYS
- Response Due
- 3/25/2002
- Archive Date
- 4/24/2002
- Point of Contact
- Pamela E. Nevels, 928-328-6154
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(pamela.nevels@yuma.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a sources sought synopsis for a Data Acquisition System in support of the United States Army Yuma Proving Ground Electronics Branch. The minimum requirements are for 64 channels plus date, time stamp and computation/event marker channels, the desi red requirements are for 128 channels. The Data Sampling is simultaneous. The Fast data sampling rates/channel for Accelerometer and Strain Gage sensors 10k, 5k, 2.5k, 1.5k, 1k, 500,100,50 (selectable or variable Anti-Aliasing). The Slow Data Sampling r ate/ Channel for Pulse Counting/Frequency Cards = 1Hz, For isolated Temperatures =1 Hz and Msc isolated voltages (5vdc, 10vdc, 50 vdc) =1Hz. The Power In for Vehicle Power @9-32vdc and for AC Power @60cycle =120vac. The Sensor Interfaces Lemo connectors to be determined except for thermocouples. The Operating Capability is: a. Stand alone operation with vehicle power (power draw is critical), b. Provide complete menu driven system for setup and operation, c. On-board data storage with simultaneous output streaming of data via Ethernet and/or Firewire, d. On-board data storage, minimum (primary)=10 minutes continuous operation at highest sampling rate, 128ch. e. On-board data storage, desired (primary)=60 minutes continuous operation at highest sampling r ate, 128 ch, f. Software for external device real-time viewing of data or processed data at rates decreased from maximum sampling rate (Operating System TBD), g. 12-bit ADC minimum and 16-bit or more ADC desired, h. On-board data remote file start, stop, and restart, stop capability (independent of external software) with unique file naming/each start, i. Data output formats: ASCII, Mat Lab, DADisp, j. Data Time Stamp Capability (UTC, 0.1 ms resolution, no latency) synchronized to GPS time (internal rec eiver) and/or to external IRIG-B input, k. Up to 8 remote event markers. The Typical Operating Environment: a. Rated for operation from -10C to 85C or provide a cooling package to enable operation in 125F ambient air with direct solar radiation of 360 BT U/sq-ft/hour (power is critical), b. Shock: MIL-STD-810F, 20g half sine wave, 11ms duration. Also vehicles impacting 12-in high half-round bumps and 12inch deep potholes, c. Vibration: MIL-STD-810F per Table 514.5-1, Transportation 4 Restrained Cargo and Operational, Ground Vehicles, Annex A Figures 514.5C-1 thru 514.5C-4(wheeled vehicles, trailers, and tracked vehicles). Also vehicles over Belgium Block and various washboard courses, d. Sand and Dust: MIL-STD-810F, Rain: MIL-STD-810F. The Sensors: Accel erometers: variable capacitance (such as Endevco Mdl 7290A) or piezoresistive (such as Endevco Mdl 2262C), Strain gage: 1/4 bridge, 350 ohm, (requires bridge completion circuits)(requires 10 vdc be provided by unit), c. Provide power for sensors. The Sen sor/Channel configuration: a. Accelerometers: (requires 10 vdc and 12 vdc be provided by unit) (80 channels), b. Strain: (32 channels or 24 strain and 8 temperature), c. Pulse/frequency: 8 channels, d. Msc voltages: 8 channels (0.5 vdc, 0-10 vdc, 0-50 vdc) , The individual voltage range selectable for each channel. Other requirements: a. Software and hardware documentation, b. Four days on-site training on hardware, software and operation for up to 4 persons, c. One year software and hardware support (optio nal), d. Minimum systems requires 48 combined strain and accelerometer channels of various combinations. All interested parties are invited to provide their capabilities and estimated cost by submitting a technical package addressing all technical require ments for review. The results of this synopsis may result in the issuance of a competitive solicitation package fora Data Acquisition System. You may submit your technical package and estimated price by email to pamela.nevels@yuma.army.mil by the respons e date referenced above. If you have any questions concerning this synopsis contact Pamela Nevels at 928-328-6154 not later than 2:00 PM on 25 March 2002.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00042784-W 20020316/020314213432 (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 |