SOLICITATION NOTICE
66 -- Fiber Optic Test Set
- Notice Date
- 10/5/2011
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893612R0002
- Response Due
- 11/20/2011
- Archive Date
- 11/20/2012
- Point of Contact
- Benson Kamau 760-939-8896 Lea Ann Davis 760-939-8197
- E-Mail Address
-
Benson Kamau
(Benson.Kamau@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) intends to issue a Firm Fixed Price Contract on a full and open competition basis. This procurement is for the delivery and installation of a fiber optic test set which meets the following requirements: a)Is able to initiate bridge wire devices repeatability with a 95% confidence level using a capacitive discharge system with solid-state trigger. The unit shall not be harmed with a short-circuit across the output terminals during system function. It shall include safety keys that disable and safe the system when not connected. It shall include two safety shunts that discharge the primary high-voltage capacitor and the put a direct short across the firing line. It shall also include a monitor of the high-voltage capacitor voltage level. The firing unit (component closest to the test area) must include an indicator light showing when energy is applied to the system. b)Has a real time camera system that will enable the operator to view and record the detonation down range. This system must include remote pan-tilt-zoom-focus functions. A video monitor must be included to facilitate remote control functions, and to allow playback of recorded signal. c)Includes a 7-channel Fiber Optic Amplifier System able to measure light produced from the detonation of an explosive device with a data acquisition system (described below). The unit must be sensitive enough to detect indirect light from the bridge wire detonation, and have a 3 nanosecond rise time. The system shall be compatible with standard connector type fiber optic connectors. d)Supplies a fiber optic junction box that allows short, expendable, fiber optic leads to couple with the primary fiber optic lines of the system. e)Supplies an 8-channel 1 GHz digitizer with a minimum of 8-bit resolution and the capability to record each channel for a minimum of 100 microseconds. The system must also have pre-trigger recording capability. f)Provides one channel of bridge wire current monitor with electrical isolation between current monitoring circuitry and firing circuitry, and a minimum of 20 nanosecond rise time. This signal will be recorded by the 1 GHz data acquisition system. g)Provides all tools and equipment for fiber assembly, measurement, and checkout prior to use. This includes a fiber optic checkout unit which creates light pulses at a rate of at least 100 Hz with a minimum pulse width of 100 microseconds. h)Provides a real time video recording device to capture the audio and video during detonation. The unit must include the capability to capture the video/audio data onto an internal hard drive for later transfer to DVD after multiple events have been recorded. i)Provides a 7-channel digital sequencing unit to ensure that audio, video, and data units function as one. This unit must display the countdown time and the output status of each channel (on/off). It also must have manual control buttons for each channel to facilitate pretest checkout functioning, and include start and abort buttons. Events controlled by the sequencer are: arming of the bridge wire firing unit, firing of the bridge wire firing unit, arming of the data acquisition system, starting recording of video signal, stopping recording of video signal, and two spare channels for external equipment. The signals that trigger the data acquisition and firing system at time zero must be separate, but also synchronized within 1 microsecond. j)Includes a computer system that is Windows based utilizing Labview software. Labview source code must be provided. k)The computer and sequencer must be able to be operated remotely by a separate computer system running Labview software. When running the system remotely, the charge voltage monitoring and abort capabilities must be included in the remote display. l)Provides an intercom system that allows the user in the test area to operate hands-free. m)Must include an uninterruptible power supply (UPS) for covering a minimum of 15 minutes of power outage. n)Supplies patching capability between the data acquisition unit, fiber optic units, and cabling to facilitate troubleshooting procedures and reconfiguring in the event of component failure. o)Provides the capability for connection with external equipment for calibration of system timing, and bridge wire current. Specific information to include detailed specifications shall be included in the Request for Proposal (RFP) / Solicitation Number N68936-12-R-0002 to be issued and posted to Navy Electronic Commerce Online website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://fbo.gov on or about 20 October 2011 and will close 30 days after the RFP issue date. Delivery requirements shall be F.O.B Destination China Lake, CA. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.bpn.gov/ccr/default.aspx. In accordance with FAR 4.1201, prospective contractors shall complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the CCR database. Please submit any questions to Benson Kamau by email at Benson.Kamau@navy.mil or mail to Commander, Code 254100D NAWCWD, 429 E. Bowen Rd, Mail Stop 4015, China Lake, CA 93555-6108.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893612R0002/listing.html)
- Record
- SN02602418-W 20111007/111005234041-2125f5d02857fc4dfa7b4599ef860ef1 (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 |