Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

NASA-Ames Research Center, Acquisition Division, Mail Stop 227-4, Moffett Field, CA 94035-1000

52 -- THREE-DIMENSIONAL MOTION/POSITION MEASUREMENT SYSTEM SOL RFO2-36625(RRG) DUE 052096 POC Contracting Officer: Ronnee R. Gonzalez, (415)604-4386, Fax: (415)604-4357 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice--This notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offers (RFO) for a Motion/Position Measurement System, consisting of three-dimensional optical tracking system, utilizing active targets and remote cameras, which purpose is to measure the linear and angular position of wind tunnel models. The primary application: measure angle of attack for models and target positions in The NASA/Ames 11 - by 11-Foot Transonic Wind Tunnel. This procurement is for a system which is a commercial product currently in production. Proposals to develop a system to satisfy these requirements will not be considered. A) The system shall be equipped with at least two (2) camera devices, in accordance with the following: 1) Camera heads shall be crossed (orthogonal) linear CCD arrays. 2) All items which must be located inside the pressure shell of the wind tunnel including the camera head and bodies must be capable of operation in the adverse environments found in wind tunnels, including a pressure range of .25 to 4 atmospheres absolute, a temperature range of 15 degree F. to 140 degree F., and relative humidity of 0% to 100%. 3) The system shall be capable of the following: a) Accuracy, Position, (X,Y,Z) 0.15mm,0.15mm, 0.25mm, Angular 0.01 degrees; b) Repeatability, Position, (X, Y,Z) 0.01mm, 0.01mm, 0.02mm.; c) Sensor resolution 1:200,000 or greater; d) Max data rates, raw data, )3000 sample/sec.; e) Max number of markers )200; f) Field of view )32 degree square; g) Depth of field from at least 1.5 m to 3.0 m. 4) The camera heads shall be compact (nominally 3.5 in. x 6.0 in. x 8.0 in. or less) to fit in window frames of the 11-Ft. TWT. 5) If the camera body must be separate from the camera head, the connecting cable length must be at least two (2) feet to facilitate installation of the camera head. B) The system shall be capable of operation on 110 volt. 60 Hz electrical power. C) The system shall include one three-dimensional rigid calibrated reference frame and software for self calibration of the system to the accuracy specified in Part A. D) All communication cables, strober cables, and power cords necessary for operation shall be included. E) Shall include computer related hardware and software as follows: 1) Shall have interface card for connecting the system to host P.C., which will be an IBM 486 compatible computer. 2) Shall have interface card for connecting host P.C. to the customer's data acquisition system. 3) Shall have manufacturers standard software for self calibration of the system and for collecting, and displaying data. 4) Shall have manu facturers standard application programmer's interface software for development of user required applications of this optical tracking system. 5) Shall have the manufacturers standard data analysis software package for performing calculations of angles, distances, and filtering and graphical output to plotters and printers. F) Any link repeaters necessary for operating this system in the 11- by 11-Ft. TWT and displaying data in the tunnel control room shall be provided. The distance from the tunnel pressure shell to the anticipated location of the sensor heads and strobers is 100 feet and distance from the tunnel pressure shell to the control room is 200 feet. G) The system shall be capable of performing measurements and computations necessary to provide two rigid body transformations, based on two six-sensor arrays, at a rate of not less than 40 per second. H) The system shall include at least two six-channel strobers, with associated cables, power cables, power cords and any other items, such as remote strober controllers, required for operation of the strobers up to 125 feet from the system control unit. I) The system shall include one digitizing probe with at least six markers all faced on one side, along with associated software, to permit accurately locating particular points in the system field of view. J) The system shall include all hardware, such as air filters, water traps, regulators, gages, vortex coolers, and any other items necessary for operation in the 11- by 11-Ft TWT. K) The manufacturer shall provide normal commercial warranty coverage. L) The manufacturer shall supply two (2) sets of user manuals for operation and maintenance for the system. M) The manufacturer shall use a three day period to install the system in the wind tunnel within 10 business days of delivery. The manufacturer shall provide operator and user training at Ames Research Center at a mutually agreed time within 15 days of delivery. N) The manufacturer shall supply 24 active marker targets. Delivery to Ames Research Center is required by August 31, 1996. Offerors shall provide the information required by FAR 52.212-3 (Representa tions and Certifications -- Commercial Items) with their offer. FAR 52.212-4 and 52.212-5 are applicable with the exception of 52.212-5, paragraph (b), 52.212-9, 52.219-14, 52.225-3, 52.225-9, 52.225-19, 52.247-64, and 201-39.5202-3, and all of paragraph (c). The SIC code and size standard for this procurement are 3823 and 500 employees, respectively. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. Questions regarding this acquisition must be submitted in writing no later than May 9, 1996. Companies shall notify this office of their intent to sumbit an offer. Facsimile transmission to 415-604-4357 or by Internet e-mail to ronnee_ gonzalez@qmgate.arc.nasa.gov is acceptable. The expected return date for an offer is 5/20/96. All responsible sources may submit an offer which will be considered by the Agency. All requests for copies of solicitation RFO2-36625(RRG) should be in writing and directed to Ronee R. Gonzalez. Verbal requests will not be accepted. Facsimile requests will be accepted at (415)604-4357. This procurement is being conducted the NASA Midrange Pilot Test Progam approved by the Office of Federal Procurement Policy on August 22, 1994. (0124)

Loren Data Corp. http://www.ld.com (SYN# 0209 19960506\52-0001.SOL)


52 - Measuring Tools Index Page