|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674Johnson Engineering Corporation, 555 Forge River Rd., Suite 150,
Webster, TX 77598 A -- RESEARCH AND DEVELOPMENT, FOOT GROUND INTERFACE Contact, Bonnie
B. Beale, Sr. Buyer, 713/480-8101, X205. Foot Ground Interface (FGI)
system for the International Space Station (ISS), Bonnie Beale, Sr.
Buyer, 713/480-8101, Ext. 205. Johnson Engineering Corporation (JE) is
a prime contractor (NAS9-18800) to the National Aeronautics and Space
Administration (NASA) at Johnson Space Center (JSC), Houston, Texas.
JE supports the Flight Crew Support Division (FCSD). The FGI will be
integrated onboard the ISS as an instrumentation system payload of the
Human Research Facility (HRF). The FGI will provide a primary means to
measure dynamic pressure of both the left and right feet through sensor
pads and provide data on the patterns of pressure distribution of crew
members during normal work, training and exercise routines. The FGI
shall be capable of operating autonomously in a data acquisition mode
or in conjunction with the ISS Personal Computer, HRF Workstation, HRF
Rack Mounted Data Acquisition System, and Ambulatory Data Acquisition
System. The FGI shall consist of 2 flexible insole inserts, cables
that run from the insoles to the waist along each leg, and a waist
pack. The waist pack will contain the signal processing, data storage,
and batteries along with control switches and status indicators for
battery life and storage capacity. Software will also be provided that
will be used to display and analyze the data. The FGI will be a
standalone instrument capable of recording data on an internal storage
device and transmitting data through an RS422 serial interface. The
overall accuracy of the FGI will be +/-5% with typical hysteresis of
3%. The FGI will be software selectable from 6 sensor regions per foot
(rearfoot, midfoot, medial metatarsal head, lateral metatarsal heads,
hallux, lesser toes) to 99 sensors per foot. The FGI will require
setup and calibration by the use of the on-board flight calibration
device, and the HRF laptop computer via the RS422 port. The FGI sensor
pads will be capacitative sensors capable of at least 60,000 loading
cycles per sensor pad. The FGI shall operate in the temperature range
of 10 degrees C to 40 degrees C. The FGI shall have a software
selectable maximum force in any one of the six regions of
50/100/500/1000 N. The FGI shall have a frequency of operation of 50
frames/sec (i.e., 9900 sensors, aggregate for the 6 channels). Cross
talk shall be less than 40 dB. The FGI shall be capable of drawing
power from a rechargeable portable battery pack consisting of nickel
metal hydride batteries as the means of primary power. The FGI shall
draw less than 15 watts from the GFE power reducing cable. The noise
level of the FGI shall be at or below 40 dB(A) when measured 3 ft. from
the FGI. The on-board calibration device will consist of a compression
device that will provide a stable load to the foot pad. The
calibration will be capable of generating a pressure of 5, 10, 20, 40,
80 N/cm2. The FGI shall weigh less than 7 (+-2) lb. The FGI shall fit
in a volume of (300 in3). The FGI shall be designed to operate after
withstanding a cabin air temperature range of 2.2 degrees C to 48.9
degrees C. The FGI shall operate at a controlled cabin temperature
range (high or low) of 18.3 degrees C to 29.4 degrees C. Interested
sources are requested to submit a Statement of Capabilities (SOC)
within 15 calendar days of the publication date of this notice. Include
the following relevant experience with the SOC: 1) History of
operations in regard to virtual reality, 2) Examples of similar work,
3) Examples of company-developed FGI systems, 4) Business status (e.g.,
small disadvantaged or woman-owned business, small or large) and 5)
description of facilities/tools, etc. All firms submitting an SOC will
be considered and any subsequent solicitation will be issued to the
sources that JE has determined to have the best potential to
successfully perform the specified work. JE does not intent to pay for
information received as a result of the synopsis. (247) Loren Data Corp. http://www.ld.com (SYN# 0003 19960905\A-0003.SOL)
A - Research and Development Index Page
|
|