Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2008 FBO #2364
SOURCES SOUGHT

20 -- Air Cushion Vehicle Navigation Sensor Technology

Notice Date
5/15/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N65540 NAVAL SHIP SYSTEM ENGINEERING STATION, CARDEROCK DIVISION, PA Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N6554008SMJD1
 
Response Due
6/6/2008
 
Point of Contact
Eric Clark 215-897-8673
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Carderock Division. Title Air Cushion Vehicle Navigation Sensor Technology Classification Code: 20 -- Ship and marine equipment Purpose This is a sources sought synopsis. The Naval Surface Warfare Center-Carderock Division (NSWCCD) is hereby conducting a market survey of potential sources of Navigation Sensor technology for air cushioned vehicles. The intended use for the information is to assess advances in technology since the design of the current Navy LCAC in the 1970s in order to develop system capabilities for future craft. The information provided will assist NSWCCD in understanding the technologies available to safely navigate the craft and provide maximum situational awareness to the crafts crew. The Government is only considering Inertial Navigation System (INS) and Global Positioning System (GPS) sensors utilizing current technology available in the open market. This market survey in no way binds the Government to offer contracts to any responding companies. Description The following list of information is requested for GPS and INS systems. Both integrated and individual sensor systems will be considered. WeightSpace WxHxDPower Requirements (Peak and Normal Load)Power Type (AC(Freq))/DC)External Interfaces supported Modes Cooling RequirementsMil-Std-901D shock test (Y/N)Mil-Std-810F, Method 516.5, procedure 1 shock test (acceleration and waveform)Mil-Std-167-1A, type 1 vibration test (Y/N)Mil-Std-810F, Method 514.5 vibration test (category and figure used)Operational temperature rangeNon-operational (storage) temperature rangeCondensing humidity (Y/N)Drip/splash proof (provide test method)Salt fog testing (provide test method)Blowing sand testing (provide test method)Govt Maintenance Support PlanTraining (military schools, vendor schools, etc)MTTRMTBFEquipment mounting options Equivalent commercial environmental test standards will be considered. NOTE: While the ACV will encounter a wide range of harsh environmental conditions representative of amphibious assaults in diverse regions of the world, there are ACV level and subsystem level approaches possible to reduce the range of environmental conditions encountered by the GPS and INS systems. When responding to this market survey, please provide information on all products provided by the respondent over a wide range of environmental specifications. The following list of performance information is requested for the navigation sensors: INS1.Settling time2.Precision3.Accuracy4.Open Architecture (OA) interfaces5.GPS Update GPS1.Precision2.Encryption/SAASM capability3.Anti-jam capability4.OA interface Responses Responses to this Market Survey should include supporting materials that provides a demonstration of your companys capabilities and experience. For costs, please provide any applicable quantity discounts. The following information is requested (please indicate if the information is an estimate or actual). 1.Technical description of the computing system (see table above) 2.Installation and integration requirementsphysical and software 3.List and definition of system interfaces including data description and protocols 4.US Military applications including points of contact 5.Unit cost and lead time for system delivery 6.Warranty, technical support, life cycle support information NSWCCD requests your responses by 10:00 am (EST), on 6 June 2008. Information should be e-mailed to Mr. Eric Clark at eric.c.clark1@navy.mil or mailed to Naval Surface Warfare Center, Attn: Eric Clark, 5001 S. Broad Street, Bldg. 4, Rm 2450, Philadelphia, PA 19112-1403 and labeled with the solicitation number and title. Questions can be submitted electronically to eric.c.clark1@navy.mil. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. NSWCCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. Request vendors fill out the attached Cost Form. For questions regarding the Cost Form, please contact Mr. Thomas Wasniewski, at (202)781-1255, thomas.wasniewski@navy.mil. Points of Contact Name:Phone:E-Mail:Eric Clark (215) 897-8673 eric.c.clark1@navy.milFrank Vanhoof (215) 897-1720 frank.vanhoof@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00181424e53d2b06542f90e004a3e460&tab=core&_cview=1)
 
Record
SN01574518-W 20080517/080515221755-be9883aa471795e05456fb97387d6bf1 (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.