Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOURCES SOUGHT

16 -- Common Science Support Pod Ice Imaging System for Monitoring Changing Ice Sheets(Icepod) - DD FORM 1423-1

Notice Date
8/25/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Support Contracting, 43200 Maple St, Selfridge ANGB, Michigan, 48045-5213, United States
 
ZIP Code
48045-5213
 
Solicitation Number
FY11A5RM
 
Archive Date
9/13/2011
 
Point of Contact
Willie M. Jefferson, Phone: (240) 612-9436, Walter Hallman, Phone: (240) 612-9361
 
E-Mail Address
willie.m.jefferson.ctr@us.army.mil, walter.hallman.ctr@ang.af.mil
(willie.m.jefferson.ctr@us.army.mil, walter.hallman.ctr@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL A003 CDRL A002 CDRL A001 STATEMENT OF WORK Common Science Support Pod (CSSP) and Ice Imaging System for Monitoring Changing Ice Sheets (Icepod) 1. Scope: The vendor shall support the CSSP/Icepod program. This consists of an Airdyne developed pod, Columbia University provided instrumentation, and Airdyne supported integration, testing and documentation. 2. Background: The U.S. National Science Foundation (NSF) is responsible for coordinating all US research in Antarctica. A critical component of this mission includes airborne remote sensing. To achieve cost effective airborne remote sensing "data" collection the NSF and the ANG 109th AW (NY) have decided to implement a long-range data collection mission on the LC-130. The Integrated Science Instrumentation System (ISIS) incorporates roll-on/roll-off technology to enable the science community to quickly install and operate scientific instrumentation on the LC-130. The ANG already possesses some of the equipment necessary to implement the capability (SABIR articulating arm) and the only remaining major component is a multi-mission pod designed for use with a variety missions. This SOW addresses the definition, specification, program sequencing, schedule, cost and overall work effort to design, fabricate, test, and airworthiness certification of an integrated multi-sensor pod for use in the ISIS program. In addition to the CSSP the NSF/ANG are using the Icepod program as the first program to make use of the new capability. This SOW also addresses the integration, test, and certification of the Icepod system. 3. Program Objectives: a. Develop, deliver, and test a Flight Certified Common Science Support Pod (CSSP) that will host a variety of scientific instrumentation. The CSSP consists of the pod, mounting system, and associated AC/DC power backbone to support an internal common power interface and required wiring harnesses. The CSSP shall be capable of mounting on either the left or right hand side of the aircraft. b. Integrate Columbia University's Icepod instrumentation into the CSSP c. Support flight-testing and flight certification of the CSSP and the Icepod system. 4. Tasking: a. Design, develop, and fabricate a Common Science Support Pod (CSSP) i. Design, build and deliver a CSSP. The pod shall include an internal common power interface and required wiring harnesses. ii. Include the necessary pod heating and cooling to support the Icepod program within the range of known GFE sensors and median commercial sensor temperature specifications for Antarctic operations as a worst case. iii. Include the necessary electrical and data wiring to support installation of Columbia University initial future sensors to be able to "plug and play." Data interfaces may be through a common unit or individual wiring depending on the nature of the sensors and control system used inside the aircraft.   b. Support integration of the Icepod sensor suite into the CSSP i. Establish requirements for integration of the initial Columbia Icepod sensors into the CSSP and maximize remaining pod space to allow addition of more internal sensors. ii. Build the necessary wiring and connector interfaces to support the operation of the Icepod sensors iii. Design, develop and fabricate pod external antenna mounts for the Low Band Radar for antennas furnished by the Government within the aerodynamic, loads and stress, of the pod and SABIR AS-7 arm. A separate loads and stress analysis may be required under a separate contract, or contract modification, for the final antenna configuration as determined by Columbia University. iv. Integrate Icepod sensors, antennas and cabling into the CSSP. v. Perform liaison engineering with Columbia University Principle Investigators. c. Flight Certification i. Prepare required documentation and engineering drawings for the SPO to meet schedule milestones. This package includes the necessary loads and stress reports and documentation required for SPO CCB approval. (A001) d. Fit and Operational Check (Ground Only) i. The CSSP/Icepod shall be fit checked on an Air Force LC-130 at the 109th AW. The fit check will be 4 days or less and includes travel. ii. The fit check will include installation of the CSSP/Icepod on the SABIR AS-7 Arm; configure wire harnesses through the arm, and connection to internal aircraft power and pod/sensor control system. iii. The fit check will ensure the system powers on and all component locations are finalized for in-flight use. iv. The fit check may be separate from other Government testing and integration efforts. e. Ground and Flight Testing: i. CSSP/Icepod Test Instrumentation - The vendor shall support the assigned Responsible Test Organization (RTO) in developing an Instrumentation Plan (IP). Once the IP is approved, the vendor shall procure equipment (i.e. strain gauges, data collection unit, cabling, connectors, harnesses, etc.), assist in installation, and perform calibration. ii. Icepod EMC/EMI Ground and Flight Test. - The vendor shall support an EMC/EMI ground and flight test. This effort supports flight certification of the Icepod mission payload for airworthiness and approval to fly on the LC-130 from the C-130 SPO. This may be performed in conjunction with the Icepod Mission Payload Test and travel is required. iii. Aircraft Handling Qualities Flight Test: The vendor will support a 2-week aircraft handling qualities test at a TBD Government location and includes travel to support the flight test. This testing may be separate from the mission testing of the Icepod instrumentation. The vendor will support RTO's development of the Aero Handling Flight Test Plan. iv. Icepod Mission Payload Flight Test - The vendor shall support a 2-week Icepod flight test at the 109th AW and in Greenland. This support includes installation and removal of the CSSP and the associated Icepod equipment and travel to support the flight-testing. v. Test Plan and Reports - Work and coordinate with C-130 SPO test group and 330th Test Group (Warner Robins) to write the SABIR test plans and reports. f. Project Meetings - Three (3) formal meetings to support program at 109th, Columbia University, Warner Robins AFB or Andrews AFB. Travel is required to support these meetings. 5. Deliverables: (Provisions should be made to allow for invoicing as individual items are delivered) a. Pod: i. AS-4 Common Science Support Pod (acceptance testing not required for pod delivery) ii. AC/DC Power backbone for the Icepod integration effort to include a power supply sized for use in a large percentage of the science programs iii. SPO design and airworthiness certification compliance program plan and status update (A002) iv. Integrated Master Schedule b. Engineering, Integration, and Flight-Test Support: i. Instrumentation Plan for CSSP flight-testing ii. Data cables for sensors if not provided as GFE iii. Test instrumentation Package iv. Support RTO's drafting of flight test plan for certification of CSSP v. Support the RTO's generation of the CSSP flight test report vi. Mission Test report for post flight testing of the Icepod system, coordinated with Columbia University vii. Build mounts for external sensors and antennas to accommodate the Icepod program 6. Reporting Requirements: The contractor shall prepare and deliver the following: a. Monthly progress reports: Reports shall include a summary of accomplishments, updated integrated master schedule, updated delivery schedules, and a financial section with expenditures. (A003) 7. Government Furnished Equipment: a. SABIR Articulating arm for flight test b. Avionics rack(s) c. Icepod sensors i. Ice Radar LRU's and supporting sub-assemblies ii. Ice Radar Antennas iii. LIDAR iv. Non-Gimbaled IR camera. v. Other sensors or sensors with mounting assemblies completed. vi. Special mount units for sensors as required. vii. Sensor cables as required. 8. Government Furnished Information: a. Icepod System Functional Specification. Will cover high-level design and performance requirements. b. Co-Site RF Analysis for POD use on LC-130 as required by the SPO c. Gain Analysis of candidate Ice Radar antennas for use in determining final antenna configuration for Ice Pod. 9. Travel: Several of the tasks involve travel and the cost is built into the specific tasking. For all other travel, the vendor is responsible for expenses and arrangements. 10. Options: a. Option years of 12 months each for additional pods. Actual cost defined at the time of option award. i. AS-4 Multi-Mission Pod (2) (Long) ii. AS-4S Multi-Mission Pod (2) (Short) b. Option years of 12 months each - Additional Engineering, Integration, and Flight-Test Support. Contractor will provide a cost proposal defining the level of effort and tasks required prior to option award. 11. Security: This project is unclassified 12. Shipping: Initial shipping for all hardware is the responsibility of the contractor. Any further movement of the hardware after delivery (unless directed by the contractor) is the responsibility of the Government. 13. Performance: a. Place of Performance: Airdyne's main manufacturing facility is in Calgary, Canada but additional manufacturing capability is available in Clearwater, Florida and portions and or all of the equipment may be manufactured at the alternate location. The addresses for both facilities are provided below: i. Airdyne Calgary Headquarters Airdyne R&D, Inc. Springbank Airport 200-132 MacLaurin Drive Calgary, Alberta, Canada T3Z 3S4 ii. Airdyne Spring Hill Facility Airdyne Aerospace, Inc. Hernando County Airport, 16316 Flight Path Drive Spring Hill, Florida, USA 34604 b. Period of Performance: All equipment deliveries and support efforts should be complete 18 months after contract award   14. Travel: This project shall require travel to the following locations and others, as required, to perform the tasks in this SOW: a. 109th AW, Scotia, New York, Columbia University, Warner Robins AFB, Andrews AFB b. Greenland. c. Antarctica. 15. Government POCs: a. Technical Point of Contact/CSSP-Icepod PM: Mr. Walter Hallman NGB/A5RM 3500 Fetchet Ave Joint Base Andrews 20762 240-612-9361; DSN 612 Walter.Hallman.ctr@ang.af.mil b. COR: Kyle Bybee NGB/A3 3501 Fetchet Ave Joint Base Andrews 20762 301-836-8047; DSN 278-8047 Kyle.Bybee@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA75/FY11A5RM/listing.html)
 
Record
SN02550060-W 20110827/110826000424-145ec83c2ee791bcdd9e8fa65a1bb698 (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.