Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

15 -- Airborne Computer Equipment (ACE) boxes for Tactical Unmanned Aircraft Systems (TUAS) Directorate - Responses to Questions, #1 - Responses to Questions, #2

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY18R0027
 
Archive Date
5/17/2018
 
Point of Contact
Ben Hoell, Phone: 5082336189, Peter J. McDonald, Phone: 5082336144
 
E-Mail Address
Benjamin.g.hoell.civ@mail.mil, peter.j.mcdonald3.civ@mail.mil
(Benjamin.g.hoell.civ@mail.mil, peter.j.mcdonald3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
No ICD Release at this time Responses must be received no later than 5:00 p.m., Eastern Standard Time (EST), on 2 May 2018. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S. Army Contracting Command-Aberdeen Proving Grounds Natick division on behalf of the Tactical Unmanned Aircraft Systems (TUAS) Directorate is requesting information on interested and capable sources for potential award(s) of a contract or contracts related to the availability of commercial capabilities, practices, items, and services to meet the general requirements for Airborne Computer Equipment (ACE) boxes for the RQ-7Bv2 system. The ACE box shall be installed in the Shadow Air Vehicle and will provide autopilot functions and computing functions. Autopilot functions shall be tailored to the Shadow Air Vehicle, and the computing functions shall support flight, mission, and payload operations. Requirements: 1. The ACE shall operate in a broad range of environments including: a) Altitudes up to 5000m b) Conform to MIL-STD461E for electromagnetic emissions and susceptibility; c) Withstand temperatures from -40C to +85C, and operating temperatures from -30C to +70C; d) Vibration per MIL-STD-810F (tailored); e) 95% Humidity; f) 20g Shock. 2. The ACE box shall include I/O uniquely tailored to Shadow platform including: Ethernet, serial, discrete, RF, and pneumatic; (5) Ethernet ports, (1) CAN bus, (1) KDP Interface, (13) PWM outputs, (4) RS-232, (12) RS-422 Interfaces, (1) RS-485 Interface, (41) Discrete Outputs, (19) Discrete Inputs, (4) Analog Outputs (0-5 V), (11) Differential Analog Inputs (+/- 10V), (1) Single ended Analog Input (0-40 V), (2) Single ended Analog Input (0-10 V), (2) Type J Thermocouple Inputs, (2) pneumatic inputs. 3. The ACE box shall be no greater than 4 x 7 x 6 inches in size, weigh no more than 5.8 lbs., with a power requirement of 25VDC input and maximum power of 40 Watts. 4. The ACE box shall have 32 bit processors capable of operating at least 132MHz and contain an Integrated Processing platform that hosts Inertial Navigational System, Flight Control Systems, and third-party Mission and Payload processing software. 5. The ACE box shall contain an inertial sensor solution which consists of: Accelerometers; Turn Rate Gyroscopes; Selective Availability Anti-Spoofing Module (SAASM) Capable GPS receivers; and external Magnetometer. 6. The ACE box shall contain customized control laws for autopilot, manual and automatic modes and Kalman filters for enhanced estimation of vehicle state. 7. The ACE box shall contain Interface Control Documents 100% compatible with existing mission, payload, Vehicle Specific Module and ground control station software. 8. Responses shall include product availability timeline and the country of origin. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort and potential hardware/services solutions. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government will not accept unsolicited proposals in response to this Sources Sought Notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. Submission Instructions: Interested parties who consider themselves qualified are invited to respond to this RFI with a white paper describing responder's capabilities and potential hardware/services solution that meets the criteria referenced in this document no later than 5:00 p.m., Eastern Standard Time (EST), on 2 May 2018. All responses under this Request for Information must be emailed to Ben Hoell, Contract Specialist at Benjamin.g.Hoell.civ@mail.mil. Responses must be in Microsoft Word or Excel Format and may not exceed thirty - 8.5 x 11 inch pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d130efb67f84b12012c5f4d2fc6001c)
 
Record
SN04900303-W 20180427/180425230709-1d130efb67f84b12012c5f4d2fc6001c (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.