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