SOURCES SOUGHT
16 -- Sources-Sought-C130J-APO
- Notice Date
- 5/31/2007
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Sources-Sought-C130J-APO
- Response Due
- 6/14/2007
- Archive Date
- 6/29/2007
- Description
- The Coast Guard is seeking potential suppliers and sources for Test & Repair of the VAMP. The VAMP provides computational, control, data storage, and workstation interface capabilities for the U.S. Coast Guard C-130J Long Range Surveillance (LRS) Maritime Patrol Aircraft (MPA). The VAMP will employ internal Commercial-Off-The-Shelf (COTS) general purpose video processing cards and removable hard drives to allow for common logistics support and maintenance. The VAMP processes operator inputs from the keyboards, trackballs, Programmable Entry Panels (PEP) and from a flight deck workstation. The VAMP outputs high resolution Red Green Blue (RGB) video to two workstation displays and one flight deck display. The VAMP chassis is a rugged enclosure designed for airborne applications. The current design utilizes 16 slots, leaving growth for five additional standard single slot VME modules. The internal processing and electronics consist of the following: ? 2 Intel? processors for Deepwater software applications; ? 2 Scalable Processing Architecture (SPARC?) processors for Defense Information Infrastructure Core Operating Environment (DIICOE) and sensor application software; ? 3 Intel? processors for graphics processing, the one for the CTD requires a Peripheral Component Interconnect (PCI) Mezzanine Card (PMC) due to the orientation difference of the display; ? 3 video window cards to blend radar video and display live and/or recorded radar and EO/IR video; ? 2 video cross-point switch cards for video routing internal to the VAMP; ? 1 Ethernet switch for network routing ? 1 logic board that provides antenna switching control logic for the communications subsystem ? 1 logic board that holds the converter modules for the keyboard interfaces. The VAMP also utilizes four (4) 73 GB removable disk drive modules to provide the necessary mission software and data storage capacity for the system. There are additional modules installed in the VAMP to support the various data interfaces. The response must include a brief statement to attest to the vendor?s qualification. After the review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FEDBIZOPS. Responses to this sources sought notice are not an adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Telephone responses will not be accepted. All firms responding to this notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Point of Contact The Coast Guard is publishing this opportunity for comment and will consider suggestions from qualified suppliers. Responses must be received at the following address no later than 14 June 2007 at 3 p.m. EST. Advance copies may be sent by e-mail to Dorothy.J.Pelis@uscg.mil; include in the subject line ?VAMP Supply, Test & Repair?. Correspondence must include a company point of contact with address, phone number and email address.
- Record
- SN01306256-W 20070602/070531220531 (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 |