SOLICITATION NOTICE
66 -- Inertial Measurement Unit (IMU)
- Notice Date
- 5/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F1S0AZ7110B002
- Response Due
- 5/23/2007
- Archive Date
- 10/10/2007
- Description
- DESC: The 412 Test Wing, Edwards AFB intends to award a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures, to Honeywell International, Inc., 2600 Ridgway Pkwy, Minneapolis, MN 55413-1719 based on them being the only manufacturer of the HG1700 IMU. The IMU is one of the components that is needed to build the G-Lite system, which is proprietary. The purchase of 3 Inertial Measurement Units (IMU), equal to the items listed to meet the form, fit, and functions of existing systems. 412 RANS is building 5 GPS-Aided Inertial Navigation Reference Lite units for the F/A-35 aircraft to be used as a Time Space Position Information reference system. This system measures the position, velocity, and attitude of the vehicle. The NAICS code is 334511. REQUIREMENTS Inertial Measurement Unit (IMU) ? Dimension: 3.7 X 2.9 ht, Mounting Ring: 5.0 dia, Volume <33cu., Weight: <1.6 lbs, Power <8 watts, Start-Up Time: <0.8 seconds, Bit Effectiveness: > 92%, Life: operating warranted: -500hrs, Dormancy: > 10 years, Output Date Rate: 100hz/600hz, Gyro Input Range:?1,000 deg/sec, Gyro Rate Scale Factor: 150 ppm, Accelerometer Range: ? 50g, Accelerometer Linearity: 500pm, Accelerometer Scale: 300 ppm, Accelerometer Bias: 1.0 mg, Performance: gyro bias 1 deg/hr; gyro ARW 0.125 deg/rt hr; Accel Bias 1 mg ? Vdc; ? input voltages. Has to be 100% compatible with the Honeywell HG1700AG58 in term of mechanical/electrical/interface. Ship Date: 60 Days ARO. FOB: Destination Edwards AFB CA 93524. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated Award date is May 24, 2007. Responses must be received no later than (NLT) 2:00 p.m., Pacific Standard Time, May 23, 2007. Responses can be submitted: via e-mail to rachel.cavanna@edwards.af.mil or alternate judy.pace@edwards.af.mil or mailed to 412 TW/PKDD, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524-1185, Attention: Rachel Cavanna or alternate Judy Pace. Fax Number: 661-277-0470, please verify receipt of fax via email to me. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received before the closing of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
- Place of Performance
- Address: Edwards AFB, CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01289603-W 20070510/070508220523 (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 |