Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

99 -- Replacement of Antenna Pedestal Motor and Amplifer (drive) Systems for the TDWR

Notice Date
4/4/2008
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
6572
 
Response Due
4/18/2008 5:00:00 PM
 
Archive Date
5/3/2008
 
Point of Contact
Phyllis Townsley, 405-954-7816
 
Description
The Federal Aviation Administration (FAA) is conducting a Market Survey for replacement of Antenna Pedestal Motor and Amplifier (drive) systems for the Terminal Doppler Weather Radar (TDWR). The motor and drive systems must meet the specifications and capabilities identified in the attached documents (TDWR Antenna Drive Motor Sizing Documentation dated January 29, 2008, and TDWR Antenna Pedestal Operating Requirements dated April 1, 2008). The primary mission of the TDWR is to enhance the safety of air travel through the timely detection and reporting of hazardous wind shear in and near the terminal approach and departure zones of an airport. Specific sources of the hazardous wind shear that are to be detected are microbursts and gust fronts. This is not a screening information request (SIR) or request for proposal (RFP). The FAA is not seeking or accepting unsolicited proposals. The FAA is seeking information and documentation on available commercial equipment that may be modified by the vendor to meet the specifications addressed in the attached documents. The vendor must be willing and able to modify an existing product as may be necessary to meet these requirements. Prototypes (if required by the FAA) may be evaluated in a laboratory setting using an existing antenna pedestal simulator to ensure they meet the specifications and function correctly. The prototypes that meet the specifications and function during the simulator testing will then be installed in an operational TDWR system. A 12-month reliability evaluation will be conducted to determine if the equipment meets the project's reliability goal of two years of operation in azimuth (four years in elevation) without preventative or corrective maintenance. Units will be installed in Oklahoma City, Miami, Salt Lake City or other locations, as determined by the FAA. Once the final equipment configuration and vendor have been determined, all future acquisitions will be solicited on that particular brand and equipment configuration based on the FAA's need for standardization. Interested vendors that have commercial items and the capabilities to modify them to meet the specifications should provide sufficient information to describe those items and capabilities in a compelling manner. The submitted documentation must clearly demonstrate that the motors and drives can meet the size and the mechanical and electrical requirements specified in the acctachments documents. The documentation must also identify drive input and output (I/O) connector pin assignments and provide signal descriptions, and include copies of engineering drawings showing physical dimensions, cooling and air requirements, motor size, construction, specifications, bearing data, and bearing lubrication information. The vendor should pay special attention to the following requirements: output shaft and back shaft requirements; torque and speed operating points; motor length limit; restriction on in-rush current allowed from the AC supply mains; analog output characteristics and accuracy; the ability to operate in the torque mode and overall reliability of the motor and drive unit as a motion control system. Submitted documentation for consideration should consist of the following: -Motor torque speed curves-Motor winding characteristics-Motor rotor inertia-Motor physical dimensions-Motor front shaft mounting dimensions-Motor magnet type-Motor connector type (specified in paragraph 5.1 of Operating Requirements)-Motor feedback, resolver (specified in table 4-1 of Operating Requirements)-Motor rotation smoothness - cogging-Motor overall mass-Motor shaft loading-Motor bearing life-Motor rotational friction-Motor thermal parameters (bearing grease, winding insulation)-Motor IP rating (seals, coatings)-Motor agency approval ratings -Amplifier current ratings-Amplifier input voltage supply-Amplifier filtering configuration-Amplifier connector type (specified in paragraph 5.2 of Operating Requirements)-Amplifier resolver feedback type-Amplifier I/O-Amplifier error handling-Amplifier thermal ratings-Amplifier cooling methods-Amplifier tuning features-Amplifier digital interface features (terminal, monitor, oscilloscope)-Amplifier overall mass-Amplifier EMI/RFI characteristics/protection-Amplifier IP rating (seals, coatings)-Amplifier approval ratings Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all of the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following address: Phyllis.J.Townsley@faa.gov Responses should be submitted in a Microsoft Word (preferred); however, portable document format (i.e.,.pdf file) is acceptable. The FAA will not respond to telephonic inquiries. Vendors must respond by 4:30 p.m. (CST), April 18, 2008. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these products or services. Responders to this announcement may be asked to provide additional details/information based on their initial response. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c75558435d5ffc27fd20b8fb8143e45&tab=core&_cview=1)
 
Record
SN01547954-W 20080406/080404221540-11e3b690cf6a49d0ae6755e81f50306c (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.