COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643 NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- DISPLAY SYSTEM FOR THE MAIN INSTRUMENT PANEL (MIP) FOR THE AFT
FLIGHT DECK (AFD) DUE 081100 POC Roberta I Hollifield, Contracting
Officer, Phone (757) 864-2521, Fax (757) 864-6966, Email
r.i.hollifield@larc.nasa.gov -- Roberta I Hollifield, Contracting
Officer, Phone (757) 864-2521, Fax (757) 864-6966, Email
r.i.hollifield@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-025-RIH.
E-MAIL: Roberta I Hollifield, r.i.hollifield@larc.nasa.gov. NASA/LaRC
is hereby soliciting information for potential sources for a display
system for the Main Instrument Panel (MIP) for the AFT Flight Deck
(AFD), a two flight crew member cockpit approximately the same size as
the B-757 airplane cockpit, located in the aft cabin of NASA LaRC's
B757 aircraft. The AFD display system shall be composed of multiple
flat panels serving as flight instruments, as engine and crew alerting
displays and as general purpose graphics displays, located on the MIP.
Each display will have a touch panel overlay. Liquid Crystal Display
(LCD) is the preferred display technology for this application however
other types of displays may be evaluated (e.g. gas plasma, projection
systems). Vendors may not meet all of the requirements listed below
but are encouraged to respond with their capabilities and products
available or under development. The final display hardware layout of
the MIP is not finalized; multiple hardware display form factors are
acceptable. Vendors are encouraged to submit information on displays of
various sizes. The Government welcomes responses on all possible
configurations starting from the basic LCD module including integrated
circuit drivers to a fully integrated ready-to-use system. The minimum
viewable display area shall be no less than 6-inches (H) by 6-inches
(V). The largest display size shall not exceed 22-inch (H) x 14.5-inch
(V) x 7-inch (D). The display surface shall have anti-glare and
anti-scratch coating. Minimum Brightness of 200Cd/m (58.4 fL) shall be
required with all filters and coatings in place. Capability for a
separate (analog) brightness control shall be provided. The minimum
display resolution shall be 90 (H) x 90 (V) pixels/inch. A 100 x 100
pixels/inch resolution (or 1.25 arc min/pixel from eyepoint at 28 in.
from LCD panel) will be desired. Vendors shall provide a failed-pixel
(ON/OFF) specification in their proposal. However, there shall be no
more than 4 failed pixels in the display within the warranty period. A
color resolution of 16.7 millions true colors will be required. The
viewing angles shall be 1 600 minimums in both the horizontal and
vertical axis. Viewing angles greater than 1 700 in both axes will be
highly desirable. Contrast ratio shall be 250:1 minimum. The display
response time shall be less than 50 milliseconds for the combined rise
and fall time. The capability to continuously adjust white balance
from 50000K to 70000K will be desirable. An analog RGB video input
interface shall be required.. The analog input connectors shall be BNC
or HD-15. The desired minimum ranges for the horizontal and vertical
frequencies are 50-95kHz and 50-100Hz respectively. In addition to an
analog input, a digital input interface supporting Digital Visual
Interface (DVI) will be highly desirable. Vendors should address in
their response the following specifications for their proposed display:
vibration and shock (operating and non-operating), maximum altitude,
weight, temperature and humidity (operating and non-operating), power
(voltage, frequency and consumption), touch-input capability (type,
interface and connector), cooling requirements, mounting requirements,
Mean Time Between Failure (MTBF) and maintainability. No solicitation
exists; therefore, do not request a copy of the solicitation. If a
solicitation is released it will be synopsized in the CBD and on the
NASA Acquisition Internet Service. It is the potential offerors
responsibility to monitor these cites for the release of any
solicitation or synopsis. Vendors having the capabilities necessary to
meet or exceed the stated requirements are invited to submit
appropriate documentation, literature, brochures, and references.
Technical questions should be directed to: Marshall Smith at
757-864-6411 (r.m.smith@larc.nasa.gov) OR Miguel Alvarez at
757-864-6405 (m.a.alvarez@larc.nasa.gov). Procurement related questions
should be directed to: Roberta Hollifield at 757-864-2521
(r.i.hollifield@larc.nasa.gov). Please advise if the requirement is
considered to be a commercial or commercial-type product. A commercial
item is defined in Internet "Note A". This synopsis is for information
and planning purposes and is not to be construed as a commitment by the
Government nor will the Government pay for information solicited.
Respondents will not be notified of the results of the evaluation.
Respondents deemed fully qualified will be considered in any resultant
solicitation for the requirement. The Government reserves the right to
consider a small business or 8(a) set-aside based on responses hereto.
All responses shall be submitted to Roberta I. Hollifield no later
than August 11, 2000. In responding, clearly mark all correspondence as
Reference Number 1-025-RIH. Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted
07/13/00 (D-SN474592). (0195) Loren Data Corp. http://www.ld.com (SYN# 0322 20000717\66-0020.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|