SOURCES SOUGHT
58 -- Ground Recorder/Reproducer System
- Notice Date
- 4/13/2009
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F0413GRRS
- Archive Date
- 5/9/2009
- Point of Contact
- Brisa Q. Buonviri,, Phone: 850 882-0339
- E-Mail Address
-
brisa.buonviri@eglin.af.mil
- Small Business Set-Aside
- N/A
- Description
- The 46th Test Wing (TW), Air Armament Center (AAC), Eglin AFB, Florida is issuing a sources sought synopsis for sources capable of providing a Ground Recorder/Reproducer System (GRRS) in support of Department of Defense developmental and operational flight test requirements related to a variety of weapon system platforms. The GRRS shall comply with the data format specified within the IRIG standards, IRIG 106-09, Chapter 10. Reproduction defined as recreation of IRIG 106 chapter 10 data packets to original physical input signal of recording system. Time alignment of reconstructed data must be to accuracy of original recording source and must maintain timing accuracy coincident to one or more signals being recorded. The government will accept and evaluate units capable of demonstrating compliance with IRIG-106-09 Chapter 10. Eight (8) minimum requirements must be met. The contractor must demonstrate the ability of their GRRS to: 1) simultaneously record any four (4) Pulse Code Modulation (PCM) streams synchronized with an external IRIG time signal IAW IRIG 106-09 Chapter 10 requirements, 2) simultaneously reproduce a minimum of four (4) PCM streams and one (1) IRIG-B time signal from any compliant IRIG 106-04, -05, -07, and -09 Chapter 10 data file in which commit to stream is equal to or less than 1 second and packet duration is equal to or less than 100 milliseconds from Disk or IRIG-106 compliant Removable Memory Module (RMM), 3) reproduce and record data from either single ended 50 OHM sources or differential RS-422 sources, 4) accept local via user interface or remote command and control IAW IRIG-106-09 Chapter 6 across Ethernet, 5) simultaneously during recording or reproduction publish data over Ethernet IAW IRIG-106 Chapter 1, 6) provide user selectable IRIG-106-09 Computer Generated Data Packets Format 3, Recording Index, and a Computer Generated Data Packets Format 2, Recording Event in the recording, 7) be dynamically configured from Computer Generated Data Packets Format 1, Setup Records in the source data and from an external IRIG-106 Chapter 9 Telemetry Measurement Attribute Standard (TMATS) file and from and remote command and control interface via Ethernet, 8) record any PCM stream with rates from 1 to 20 MBS, IAW IRIG 106-09 in packed and throughput modes. In order to demonstrate compliance, 46 TW personnel will generate a data file with contractor furnished equipment for evaluation. The validation tool that will be used for the evaluation will be provided by 46 TW to allow potential sources to test their respective data prior to evaluation by 46 TW personnel. Please state in your information package if this requirement can be filled with off-the-shelf commercial items, or modified commercial items. The roles of both parties shall consist of the contractor providing the flight recorder and the Government testing and evaluating the item. This synopsis is not an invitation for bid or a request for proposal and in no way commits the Government to an award of contract; however, any proposals submitted as a result of this notification, and prior to any subsequent contract award, will be considered by the Contracting Officer. This acquisition will utilize the North American Industry Classification System (NAICS) code, 334511, with a small business size standard of 750 employees. For acquisition information of this sources sought synopsis, please contact Brisa Buonviri, Contract Specialist at 850-882-0339 or by e-mail brisa.buonviri@eglin.af.mil. Alternate point of contact is Sarilynn Thomas, Contracting Officer at 850 882-9188, e-mail sarilynn.thomas@eglin.af.mil. Electronic responses are preferred. Response to this sources sought notice due on April 28, 2009, 2:00 PM Central Time. Any information is voluntary and becomes the property of the U.S. Government upon receipt. The Government will not pay for information requested or compensate any respondent for any cost incurred in developing information provided to the Government. For technical information, contact the Program Manager, Mr. Lorin Klein, at (850) 882-4308 or by e-mail at lorin.klein@eglin.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e52e7e23de10aa4eefe6c6079114181&tab=core&_cview=1)
- Place of Performance
- Address: Eglin Air Force Base, Florida, Valparaiso, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN01791667-W 20090415/090413220602-4e52e7e23de10aa4eefe6c6079114181 (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 |