Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOURCES SOUGHT

16 -- Electronic Standby Instrument System (ESIS)

Notice Date
8/6/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-13-R-ESIS
 
Archive Date
9/14/2013
 
Point of Contact
Stacey N. Kirkland, Phone: 7578785223
 
E-Mail Address
stacey.n.kirkland.civ@mail.mil
(stacey.n.kirkland.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command, Technology Applications Contracting Office is seeking information on potential sources concerning an Electronic Standby Instrument System (ESIS) system which will satisfy the integration, interface, and processing requirements as detailed below. This independent computer system will be integrated into a rotary wing aircraft. Requirements: •General information and coverage. The equipment will be of the manufacturer's current design, new and unused, and capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be completed so that when integrated, it can be used for any function for which it is designed and constructed. •Production model. As an objective, components of the system shall be non-developmental items. •Definition. The system shall consist of, but is not limited to, the following major components: 1) ESIS Line Replaceable Unit(s) (LRUs) 2) ESIS Display Panel •Characteristics. Desired equipment capabilities and characteristics are below. Due to severe weight and space limitation, paramount/vital to this platform includes maintaining the weight of avionics equipment to a minimum and identifying equipment with dimensions that will fit within the limited space available. 1)Power: 28VDC. Do the system electrical power characteristics meet MIL-STD-704F? 2)DO-178B level B or greater compliant. 3)Capability to meet MIL-STD Environmental and Electromagnetic Compatibility requirements (reference MIL-STD 810G and MIL-STD 461F) or currently qualified (desired). 4)Military standard (MIL-DTL-38999 or similar) connectors. 5)Display panel dimensions no greater than 4" x 4". 6)Weight no greater than 8 pounds (combined weight of components described above). 7)Receive input in order to present barometric altitude, radar altitude (desired), vertical velocity, airspeed, heading, attitude, slip indicators to the operator. 8)Display NVG (NVIS Class B or greater) compatible. Recommended Responses: Responses to this announcement should include the following information: 1. Respondent's name, address, point of contact (POC), phone number, and e-mail address. 2. Business Size. 3. No more than four pages providing clarification/explanation of the component(s) to include historical usage, if any. This portion of the response should clarify how the component meets all the above requirements. Note: Specific parameters and data of interest includes: •Dimensions including overall, display, mounting. •Weight. •Power consumption. •Environmental qualifications, specifying environmental conditions that the proposed product has been shown to be in compliance as well as conditions for which the product has either not been tested for compliance or is not compliant. •Mean Time Between Failure (MTBF). •Data source/interfaces (internal/external). •Other system interfaces. •Display symbology refresh rate. •Internal data source update rates. •Display Night Vision Goggle (NVG) Night Vision Imaging System (NVIS) Class rating. •Viewing angle. •Current availability. •Production rates. •Obsolescence planning. •Performance discriminators from other competitors. 4. Technical specification and supporting information for solutions meeting the performance requirements. 5. Interface Control Documents (ICDs) available for review. 6. Mechanical and Electrical drawings available for review. 7. Any associated Technical Standard Order(s) (TSOs), Supplemental Type Certificate(s) (STCs) or other flight releases from cognizant aeronautical engineering design authority (e.g. Federal Aviation Administration (FAA), European Aviation Safety Agency (EASA)). 8. Test reports from executed flight test efforts. 9. Artifacts providing evidence of DO-178B compliance, and environmental and electromagnetic compatibility MIL-STD qualification. 10. Have you sold these products to any government agencies? If so, please provide names of agencies, POCs and contract numbers. 11. Recommended criteria towards technical capability assessment. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. The Government intends to have support contractors provide assistance to the Government in the handling, reviewing and processing of the documentation submitted in response to this RFI. The respondent shall specifically state in their response either (a) The Government can disclose this response to the support contractors listed above, or (b) Review is limited to Government employees only. Information Exchange Meetings: The Government does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. Contact: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e),responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All interested, capable, and responsible sources that wish to respond to this RFI are asked to provide input to Ms. Stacey N Kirkland, Contract Specialist via email at stacey.n.kirkland.civ@mail.mil no later than 2:00 pm EST on Friday, 30 August 2013.Questions may be forwarded to the Contract Specialist by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-13-R-ESIS/listing.html)
 
Place of Performance
Address: ATTN: AMSAM-SPK, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03138857-W 20130808/130806235833-161c93f80152520e7055d9e21bd8402d (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.