Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

D -- VMS Visual Display System Replacement - RFI

Notice Date
12/11/2019 8:46:03 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
 
ZIP Code
94035
 
Solicitation Number
VMS_Visual_Display_System_RFI
 
Response Due
2/7/2020 2:00:00 PM
 
Archive Date
02/08/2020
 
Point of Contact
Naomi Castillo-Velasquez
 
E-Mail Address
Naomi.Castillo-Velasquez@nasa.gov
(Naomi.Castillo-Velasquez@nasa.gov)
 
Description
I. PURPOSE OF THIS SYNOPSISThe National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is seeking to upgrade its Vertical Motion Simulator (VMS) Facility video distribution infrastructure from legacy analog components to an all-digital infrastructure.In this synopsis, NASA ARC is requesting information regarding capabilities of potential Offerors to provide a replacement of the Out-the-Window (OTW) Visual Display system utilized for piloted flight simulation research at the NASA ARC, located in Moffett Field, California. The VMS couples a typical Six Degree of Freedom flight simulation cockpit with a large amplitude (60’ Vertical x 40’ Horizontal) motion system.II. SUMMARY OF REQUIREMENTS:Replacement Visual Display Systems must include, but are not limited to, the following minimum characteristics:Collimated: For single or side by side pilot configurationEdge Blend Capability: Uniform image geometry, color and brightnessTotal Field of View: ≥ 50? Vertical x 200 HorizontalMotion Rating: ≥ 4 G sustained with up to 8 G ShockSystem Geometry: 5° even angular spacing within ± 1/4° as measured from either pilot eye point and within 1/2° for adjacent squares.Linearity: < ½ line width variation full screenBrightness: ≥ 6 Foot Lamberts [20 cd/m^2] measured at pilot eyepoint Resolution : < 2 Arc Minutes Per Optical Line PairDynamic Contrast Ratio: ≥ 10,000:1Low Light Level Performance: Supports use with Simulated or Stimulated NVGColor Spectrum: Full 1976 CIE GamutSpherical Mirror Size: 10 FT RadiusMounting Platform: ExistingOptional Displays: Chin Window Left and RightIII. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIESInterested Offerors having the required capabilities necessary to meet or exceed the requirements stated above are asked to submit a capability statement of 3 pages or less. There is no required font size and/or type designated for this Capability Statement. Figures, exhibits, and diagrams should be readable. Responses are to be submitted electronically in PDF format.The response must include the following: Product or service information, including overall dimensions and weight, for visual display systems meeting requirements above. Company Name, address, point of contact, phone, fax, e-mail, website (if applicable), Business Size, CAGE Code, and DUNS Number.IV. RESPONSE TO THE SYNOPSISAll responses shall be received NLT February 7, 2020 at 2:00 pm PST. Please respond via electronic mail (e-mail) to the Contracting Officer at: Naomi.Castillo-Velasquez@nasa.gov. Written questions should also be directed to the Contracting Officer. In all responses, please reference “VMS Visual Display System Replacement - RFI”. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on https://beta.sam.gov. It is the potential Offeror’s responsibility to monitor this site for the release of any solicitation or synopsis.Information about major upcoming ARC procurement actions is available at https://www.hq.nasa.gov/office/procurement/forecast/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/248a0fb909054f679f9cf6b90ac9ad9f/view)
 
Place of Performance
Address: CA-13, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN05514517-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.