SOLICITATION NOTICE
58 -- NAWCTSD, Orlando, FL, is defining its acquisition strategy for the solicitation and award of visual projectors for the Landing Signal Officer Training Device.
- Notice Date
- 12/10/2015
- Notice Type
- Presolicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134016RFI01
- Response Due
- 12/21/2015
- Archive Date
- 12/31/2016
- Point of Contact
- Carly Galloway 407-380-8255 Carly Galloway
- E-Mail Address
-
Air
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for the Landing Signal Officer Training Device 2H111 DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and will not be accepted by the Government and no contract will be awarded pursuant to this announcement. Respondents are solely responsible for all expenses associated with responding to this RFI. NAWCTSD will not entertain any questions concerning the composition, requirements, or the nature of services to be performed under any future Request For Proposal (RFP). INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is defining its acquisition strategy for the solicitation and award of visual projectors for the Landing Signal Officer Training Device. PROGRAM BACKGROUND: a.The 2H111 LSO Trainer (LSOT) is used to simulate the carrier aircraft recovery environment and incorporates a visual system and a simulated LSO station consisting of Landing Signal Officer Display System (LSODS) unit and base station console. b.The visual system consists of six Out-The-Window (OTW) projectors, projector support structure, a seven-channel Image Generator (IG) system, and a 270-degree horizontal by 30-degree vertical display screen to display the carrier environment and aircraft targets used in the LSOT simulations. The current BARCO FS35 projector cannot meet the dark level requirement and project bright light points simultaneously to meet the demands for training on a moonless starless night condition. The IG system is a Quantum3D Independence 7000 series system that has seven operational output channels. The automatic scene alignment system performs an automatic alignment of the projectors to the display screen and the blending of the channel intersections. The current visual system consists of the following: QtyDescription 1Image generator with 7 channels 6Video projectors, 1 channel of IG for each projector 1One channel of video for the Pilot Landing Aid Television (PLAT) 1Alignment system using Scalable Display Manager with 2 cameras 1270-degree screen with a radius of 5 meters and a high gain paint of 2 1Projector support system 1.PLACE OF PERFORMANCE: If any future Request For Proposal (RFP) is issued, it is expected that demonstration, physical installation, final integration, physical configuration auditing, and acceptance testing of the LSOT projectors will be performed at Naval Air Station Oceana, VA. 2.EXPERIENCE: Companies shall provide details showing their experience in similar work with an emphasis on simulation and training. 3.SCHEDULE: The Government desires to obtain 6 projectors within 9 months of contract award. Companies should provide comments as to their likelihood of satisfying this schedule objective. A requirement of the Request for Proposal (RFP) for the 2H111 LSO Projector Upgrade will be a demonstration of the proposed projectors in the LSO trainer. 4.COST: The Government ™s expected budget is $900,000. If available, Rough order of Magnitude (ROM) information should be submitted with supplied information. 5.LATE SUBMISSIONS: a.Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future requests for proposals. Communications with NAWCTSD in regard to this RFI will only be permitted in writing during the RFI response period. b.Responses to the RFI received by NAWCTSD after the submittal deadline and time indicated may be considered at the discretion of the Government. The respondent assumes the risk of the method of dispatch chosen. Postmarking by the submittal date and time shall not substitute for actual response receipt. 6.OWNERSHIP OF RESPONSE TO RFI: All information received in response to this RFI marked as proprietary will be handled accordingly. Information provided as a response to the RFI will not be returned. 7.RELEASE OF CLAIMS, LIABILITY, AND PREPARATION EXPENSES: Under no circumstances shall NAWCTSD be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages of whatever nature incurred as a result of the respondents participation in this RFI process. Respondent understands and agrees that they submit a response at their own risk and expense, and release NAWCTSD from any claim for damages or other liability arising out of the RFI process. 8.SIZE STATUS: The potential NAICS code for this requirement is 333316, size standard of 500 employees. The Product Service Code is 5836. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. 9.SUBMISSION DETAILS: Interested businesses shall provide their white paper presenting their recommended approach by email to Carly Galloway and Jana McEntegart, at :carly.galloway@navy.mil and jana.mcentegart@navy.mil. Your company ™s responses will support the NAWCTSD Integrated Product Team (IPT) in the planning process. As an interested party, please complete and return your responses no later than 1600, 21 December 2015; however, earlier responses are encouraged Please submit all questions to Carly Galloway or Jana McEntegart via email. 10.SPECIAL REQUIREMENTS: The Government is seeking sources for projectors that sufficiently display images from the installed image generator which replicate the visual control environment experienced by naval landing signal officers at sea. Interested businesses shall provide information which details how their projectors can perform to and meet the following operational and program requirements: 10.1.Visual requirements for training tasks 10.1.1.Visual System for LSO team The visual system shall provide visual scenes necessary for training LSO students in recovery of fixed wing aircraft aboard the aircraft carrier for: a)Day b)Dusk c)Night ranging from full moon to moonless starless d)Simulated weather and environmental conditions 10.1.2.Visual Cues The visual system shall provide the visual cues needed by the trainee to accurately assess the state (i.e. position, attitude, and motion in the environment) and condition of the moving models and surrounding environment for the specified training tasks. 10.1.2.1.Time of day The visual system shall provide for: a)Continuous Time of Day (TOD) simulation b)The effect of TOD on the visual cues 10.1.3.Visual cues details Visual cues shall provide the detail necessary to provide depth perception over terrain and ocean surfaces. 10.1.4.Visual system performance The visual system performance shall be available simultaneously with no limitations or constraints, except as defined herein. 10.1.5.Non-interlaced displays The system shall employ only non-interlaced displays with update and refresh rate at 60hz. 10.1.6. Image Generator (IG) The current IG shall not be modified by adding additional channels, the channels are currently configured to output a 2560x1600 pixel DVI format for driving the existing projectors. 10.1.7.Interface requirements The interface of the visual system shall be provided as follows: a)Mechanical interface of the visual system to the other simulator structures. b)Electronic and electrical interface of the visual system with its various components (IG, projectors). 10.1.7.1.Mechanical interface Projector hardware shall have the following mechanical interface characteristics and functionality: a)Integration of system components provides ease of access for operation and maintenance. b) Modifications to the display system mechanical interface include the structural support necessary to accurately position and support the components of the display system. c)Modified mechanical interface prevents extraneous light from entering the trainee station except from the visual displays. d)Modified visual display mechanical interface does not preclude the maintenance access of the host trainer. 10.1.8.Visual display system 10.1.8.1.Visual display screen The existing display screen and structure shall be retained. 10.1.8.2.Display Field of View (FOV) The current display FOV shall be maintained which is 270-degree horizontal by 30-degree vertical display screen and for the purposes of this document the 0-degree is the left edge of the dome when standing at the design eye point facing the center of the dome. The vertical FOV is 22 degrees up and 8 degrees down. 10.1.8.3.Approach of Landing Aircraft The straight in approach of the landing aircraft is at the 180 degree place on the dome. Any blend region shall be at least 7 degrees from the straight in approach of the aircraft. 10.1.8.4.Trainee ™s eye-point location The current trainee ™s eye-point of 64 inches above the raised floor, and 32 inches directly below the geometric center of the LSOT spherical screen, shall be maintained. 10.1.8.5.Contrast ratio The display system shall have a channel average contrast ratio for objects and surfaces of not less than 15:1. 10.1.8.6.Luminance white and black field Luminance conditions shall be tested for both white and black fields without any adjustments or setting changes to the projectors with the Instructor Operator Stations and LSODS set for day operations for the white field reading and set for night operations for the black field reading. 10.1.8.6.1.Surface luminance projected white field Surface luminance shall be no less than 4.0 foot-lamberts (fL) per channel for 100 percent duty cycle when computed as the average of the maximum luminance measured from the design eye-point for a 3 by 3 matrix of points equally spaced over the non-blended region of each channel, including the effect of viewing optics, using a white polygon displayed at the maximum simulated illumination. 10.1.8.6.2.Surface luminance projected black field test points Surface luminance for a full black field shall be less than or equal to the values specified in the TABLE I below using completely black polygons displayed for the entire screen for the given test points. For informational purposes the ambient light measured on the screen from the design eye-point with the IOS and LSODS powered on in night operation mode with the projectors turned off. TABLE-I Black Field Position of Test PointBlack Field equal or less than in fL Measured Ambient Light from IOS and LSODS in fL 90 deg H, 0 deg V0.000070.00005 180 deg H, 0 deg V0.000090.00007 260 deg H, 0 deg V0.000120.0001 Notes: 1.NVG 4040 by Gamma Scientific was used for ambient readings. 10.1.8.6.3.Surface luminance projected black field test average The average surface luminance for a full black field shall be less than or equal to 0.00009 fL for the entire screen measured from the design eye-point for 18 by 3 matrix of test points equally spaced over entire screen. 10.1.8.6.4.Surface luminance uniformity 10.1.8.6.4.1.Surface luminance uniformity performance The local luminance measured anywhere within a display channel shall be not less than 50 percent of the highest luminance value measured anywhere within the entire vertical and horizontal FOV of the corresponding display channel. 10.1.8.6.4.2.Surface luminance rate-of-change Luminance variation within a display channel and outside of the channel blend zones shall not exceed the maximum allowed luminance rate-of-change of 3 percent per degree. 10.1.8.6.5.Luminance dynamic range for moonless starless operations The OTW window displays shall provide the luminance dynamic range sufficient for the training of the LSO trainee for moonless overcast night recovery operations. 10.1.8.7.Resolution 10.1.8.7.1.Surface resolution performance Display resolution shall be as specified below in TABLE-II. TABLE-II Display Resolution Display ChannelAverage ResolutionWorst case Resolution 1-3 (approx. 0-150 degrees)3.6 arc-min/OLP4.2 arc-min/OLP 4-6 (150-270 approx. degrees)3.2 arc-min/OLP3.8 arc-min/OLP Notes: 1.arc-min/OLP = arc/minutes per Optical Line Pair 2.The average resolution values specified above for the OTW displays are composite averages of vertical and horizontal resolution for each display channel. The values specified allow for resolution degradation due to optics, display device, and anti-aliasing filter function 10.1.8.7.2.Vertical and horizontal resolution relative performance Values for vertical and horizontal resolution shall be within 25 percent of the average of the two values. 10.1.8.8.Geometric accuracy 10.1.8.8.1.Total geometric distortion The total geometric distortion from all causes for each image channel shall not exceed 0.5 degree. 10.1.8.8.2.Relative geometric error The OTW displays relative geometric error shall not exceed ten arc-minutes within a five-degree cone of vision. 10.1.8.9.Image quality matching across multiple display channels The boundaries between adjacent display channels shall appear seamless 10.1.8.9.1.Image boundaries The boundaries between adjacent display channels shall be free of abrupt changes and discernible discontinuities for the complete range of simulated TOD and weather conditions. 10.1.8.9.2.Color matching performance across multiple display channel Variations in color across multiple display channels shall not be discernible. 10.1.8.9.3.Luminance matching performance across multiple display channels Luminance values across each set of adjacent display channels luminance measurements shall be within five percent of the highest luminance value for each set. 10.1.8.9.4.Geometric alignment matching performance across multiple display channels Horizontal and vertical geometric discontinuities between adjacent channels shall not exceed 1.5 arc-minutes at the center of the channel boundary. 10.1.8.9.4.1.Geometric discontinuity increase Horizontal and vertical geometric discontinuities may increase linearly to not more than 2 arc-minutes at the extreme upper and lower ends of the boundary. 10.1.8.9.5.Surface resolution matching performance across multiple display channels Surface resolution matching across multiple display channels shall be as follows: a)Resolution measurements within the channel overlap zone within 15 percent of the average system surface resolution specified in 10.1.8.7.1. b)Bands of allowable degraded resolution due to blending overlap no more than five degrees wide. 10.1.8.9.6.Luminance and chrominance digital resolution Luminance and chrominance information processing shall be accomplished with sufficient resolution and accuracy to ensure stable, continuous color at the display, without Mach bands or other digital processing artifacts from the design eye-point. 10.1.8.9.7.Gamma curve Intensity data shall be gamma mapped to ensure visually correct response at the display. 10.1.8.9.8.Gamma function modification The gamma function shall be programmable. 10.1.8.10.Smear The hold time of the image on the screen shall not be greater than 12.5 milliseconds per frame when smear reduction is enabled. 10.1.8.11.Flicker Flicker shall not be detectable for maximum image luminance and nominal refresh rates with normal (simulator) training ambient light level. 10.1.8.11.1.Display auto-alignment system The display system shall be equipped with an auto-alignment system for automating geometric and photometric alignment that performs the auto-alignment. 10.1.8.11.1.1.Auto-alignment time The auto-alignment system shall finish the operation within 90 minutes from the start of the procedure. 10.1.8.12.Remote Control Unit(s) (RCU)for the projectors The LSOT shall be equipped with RCUs that provide the following functionality for the new display system projectors: a)operation b)control c)alignment d)tuning
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016RFI01/listing.html)
- Record
- SN03966372-W 20151212/151210234426-1633befd12a1062a29afcb1228663562 (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 |