Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103

Operational Contracts Division, Commodities Branch, AFDTC/PKOS, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6862

66 -- MAGNETOMETER, TRI-AXIAL SOL F08651-98-Q-1289 DUE 060898 POC Paula Faye Cosson, (850) 882-5169, Contract Specialist; Kim D. Williams, Contracting Officer 17. The Air Force Development Test Center (AFDTC) intends to acquire up to 80 Tri-Axial Magnetometers to be installed in the Air Force subscale aerial target, BQM-34A. The magnetometer must, as a minimum, satisfy the following: a. Provide three analog signals, x, y, and z that indicate magnetic deviation from north in the three orthogonal axes. These signals will be used by the control system to calculate heading. Heading error should be less than 3 degrees. b. The magnetometer shall be one unit with dimensions no bigger than 1.6" X 1.6" X 5.5". c. The connector cable shall be at least 7" in length and no longer than 32". Wire size shall be 22 gauge-stranded wire from the magnetometers to the connector. The connector type shall be MS27473T12B35S. The connector shall be sealed. d. The magnetometer shall survive immersion in to 3 feet of water for at least 2 hours. e. The magnetometer shall operate for altitudes sea level to 40,000 feet and temperatures from -- 50 degrees C to 80 degrees C. f. The magnetometer shall have a predicted reliability of 50,000 hours MTBF and shall not require periodic maintenance or adjustment during its serviceable life. Firms are invited to submit a complete description of their proposed magnetometer. The description should show that the magnetometer proposed satisfies, as a minimum, the requirements described in the paragraph above. Firms responding to this solicitation will be evaluated on the following factors: Scope: This specification establishes the performance and test requirements for the tri-axial magnetometer that will be installed in the subscale target, the BQM-34A for the Gulf Range Drone Control System (GRDCS). Requirements: The tri-axial magnetometer will be installed in the BQM-34A and provide magnetic deviation data from north in three orthogonal axis, x, y, and z to the GRDCS. This data will be used to compute the heading of the target while in flight. Environment: The magnetometer shall meet performance specifications after withstanding immersion in up to 3feet of water for at least 2 hours. No leakage of water to the inside of the assembly shall occur. The magnetometer shall meet performance requirements in temperatures from -- 50 degrees Centrigrade to + 80 degrees C. The magnetometer shall meet performance requirements after withstanding three 15g shocks, 11 milliseconds each in both directions of each orthogonal axis. The magnetometer shall operate at all altitudes between sea level and 40,000 feet above mean sea level. The magnetometer shall meet the performance requirements while withstanding random vibration with the following parameters: Power spectral density: 0.04g2/HZ Frequency band: 20 to 20,000 HZ Initial and final slopes: 6db/HZ Breakpoints: 100 and 1,000 HZ Duration: 20 minutes in each orthogonal axis for a total of 60 minutes of vibration exposure. The magnetometer shall require no cooling air while operating. Physical Characteristics: The magnetometer shall be no larger than 1.6" X 1.6" X 5.6" and shall have a one-piece unit. The magnetometer shall operate as specified within two minutes after supplying electrical power. Connector and Cable: The cable length shall be at least 7" in length and no longer than 32". The wire size in the cable shall be 22 gauge stranded wire from the magnetometer to the connector. The connector type shall be MS27473T12B35S. Connector pin definitions shall be: Pin 1 x Pin 5 +15VDC Pin 2 y Pin 6 -15VDC Pin 2 z Pin 8 Ground The connector shall be sealed. Accuracy: The magnetometer's overall accuracy for heading indication shall be +/- 3 degrees, when the sensed signals are used to compute the orientation of the sensor with respect to local magnetic north. This requirement includes all system exposures to specified environments, manufacturing non-orthogonality tolerances, instrument hysteresis, and linearity error. It does not include steady bias errors from local magnetic anomalies that any magnetic sensor is unable to discern from the earth's magnetic field. Electrical characteristics: Power: The magnetometer shall be capable of operating as specified with an input of 15.0 +/- 0.4Vdc and -15 +/- 0.4Vdc. The magnetometer current draw shall not exceed 70 milliamperes per leg of the 15Vdc power supply. Bandwidth of the magnetometer output signals shall exceed 4 Hz. The specified magnetic range of the magnetometer shall be a minimum of 600 milligauss in either direction when sensed in the three orthogonal axis. The maximum output scale factor shall be +/- 10Vdc per +/-600 milligauss. The output signals shall be proportional to the input magnetic field of each respective orthogonal axis. The magnetometer shall have an output impedance such that the output signal will not suffer loss of specified accuracy under an electrical load impedance of 20,000 ohms or larger. The magnetometer's electrical noise output shall be less than 20mV peak-to-peak. Reliability: The magnetometer shall have a minimum predicted mean time between failure of 50,000 hours. Maintenance: The magnetometer shall require no periodic maintenance or adjustment. Quality Assurance: Reliability Testing shall consist of documented contractor test results of components. Installation, testing, and checkout shall be conducted by the government. Acceptance Criteria: The government shall be responsible for all acceptance tests. Requirements Certification: The contractor shall provide a written certification that the magnetometers provided meet the requirements as stated. Required delivery shall be 10 magnetometers within 15 weeks after award of contract with the rest to be delivered over a seven months period. Technical questions may be directed to Jane Colee, at (850) 882-2016. Contracting questions may be directed to Paula Faye Cosson at (850) 882-5169. Replies to this synopsis should be provided to AFDTC/PKOS, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. All responsible sources may submit an offer which will be considered. (No contract award will be made on the basis of bids/proposals received in response to this synopsis.) Firms responding to this synopsis should reference F08651-98-Q-1289 and indicate whether they are or are not a small or small disadvantaged business concern as defined in FAR 52.219-1 and 52.219-2 and whether they are a manufacturer or dealer/distributor. The Air Force reserves the right to consider small business set-aside based on responses hereto. Requests for copies of this solicitation must be in writing; or fax (850) 882-9442. Telephone requests will not be honored. ***** (0142)

Loren Data Corp. http://www.ld.com (SYN# 0322 19980527\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page