Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,2000 PSA#2562

Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864

58 -- 58-REQUEST FOR INFORMATION (RFI) ON GLOBAL POSITIONING SYSTEM (GPS) RECEIVER FOR USE ON QF-4 DRONE SOL Reference-Number-RFI0002 DUE 042000 POC James Dean, Contract Specialist, Phone 850-882-4418x5258, Fax 850-882-1680, Email deanjr@eglin.af.mil -- Wesley Treadway, Contract Specialist, Phone 850-882-8261x5218, Fax 850-882-1680, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num ber-RFI0002&LocID=1182. E-MAIL: James Dean, deanjr@eglin.af.mil. The Air Armament Center, Eglin AFB FL, requests information from potential sources on the availability of GPS Sensor technology for unmanned drone instrumentation applications. This RFI is for non-developmental items (NDI) that are available for delivery within a period of the next two to six months. The test program will start testing candidate receivers shortly after delivery and last approximately four to six months. This RFI does not have the same requirement as the STRICOM/Air Armament Center CBD Announcement N61339-99-R-0002. The Central Test and Evaluation Investment Program (CTEIP) Office, under DOT&E/RR, supports a program that will use GPS time-space-position information (TSPI) for the sole navigation of an unmanned drone aircraft (QF-4). Part of the CTEIP effort is to determine the performance of various NDI, commercially available, differentially corrected, C/A and P code, GPS sensors for drone instrumentation applications. This RFI is based on a defined need to provide both low and high dynamic TSPI. The key goals (no specific order) that will drive the GPS technology selection process are: a) ability to deliver the MSTCS format binary message at 20 Hz rates and 20 Hz measurements, b) serial port baud for the TSPI data, c) cold and warm start acquisition time, d) RTCM-104 differential corrections capability for type-1 and type-2 messages at a 10Hz rate, e) tracking performance high dynamics, f) TSPI accuracy (absolute) at both high dynamics (engagement phase) and slow straight flight (landing phase)., g) multiple I/O ports for CDU and data I/O, h) availability of built-in-test features, i) packaging, physical G limitations, and connectors, j) 1-PPS TTL availability, k) ability to retain (or be given) ephemeris data, l) ability to initialized via CDU port, m) general information such as unit size, weight, power, cost, demonstrated tracking accuracy, n) availability of internal status, o) provisions for a keep-alive battery for NVRAM, p) availability of RAIM indicators. The high dynamic environment is defined for this test program as an acceleration of up to 12 G's and a jerk of up to 12 G's per second. Based on the information provided in response to this RFI, selected GPS instrumentation will be selected to undergo a government test program to assess drone (TSPI) quality. The responses to this RFI should include information on the above referenced goals (ref a-p), and comments about providing up to 10 units immediately, with approximately 30 to 200 units to follow in the FY04-FY10 time period. The response to this RFI should also include all costs to the Government for equipment and software that is required to support the Government's test that will be supplied by the contractor. The Government does not anticipate the need for on-site support by the contractor during testing. This RFI does not represent a contract, a promise to contract or a commitment of any kind on the part of the Air Force. All proprietary and restricted information shall be clearly marked. Indicate whether your firm is a HUBZone, small, small disadvantaged, small woman-owned or large business concern. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer or Contract Specialist identified above. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at (850) 882-5558. Address information or questions to Attn: Jim Dean, AAC/PKOB, 205 West DAve., Suite 541, Eglin AFB FL 32542-6862, phone (850)882-4418 ext 5258or by facsimile to (850) 882-1680. Posted 03/20/00 (D-SN436176). (0080)

Loren Data Corp. http://www.ld.com (SYN# 0252 20000322\58-0011.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page