SOURCES SOUGHT
59 -- DATA ACQUISITION SYSTEM MARKET SURVEY
- Notice Date
- 2/28/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATM07-02-C-LUMP
- Response Due
- 3/18/2002
- Archive Date
- 4/17/2002
- Point of Contact
- Becci Winkler, 928-328-6163
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(Becci.Winkler@yuma.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The United States Army Yuma Proving Ground USAYPG), Yuma, Arizona is conducting a Market Survey to acquire information from any available responsible source on available data acquisition systems which may be used on tracked and wheeled vehicles for recordi ng various types of data for long durations at high speed. The data acquisition systems must be able to function while exposed in a desert environment aboard various test vehicles traversing extremely rough terrain in very hot weather. Request you review the performance requirements addressed below and provide a technical response with your companies proposed system. Please note that this announcement constitutes a market survey only and proposal received in response to this synopsis will be considered wh en the acquisition is released based on the data we receive from this market survey. A proposal submitted in response to this announcement does not commit the government to purchase your proposed system. Your proposal must include availability of the data acquisition system, pricing information, specifications, delivery time and your business size. This market survey request will also be posted on our website at http://www.yuma.army.mil/contracting/rfp.html under solicitation number DATM07-02-C-LUMP. All pr oposals shall be submitted either by email to Mr. Karl Lumpkins at Karl.Lumpkins@yuma.army.mil or by facsimile to (928) 328-6435. PERFORMANCE REQUIREMENTS FOR DATA ACQUISITION SYSTEM. 1. NUMBER OF CHANNELS: Minimum: 64 differential (plus date and time s tamp and computational/event marker channels). Desired: 128 differential (plus date and time stamp and computational/event marker channels). 2. DATA SAMPLING: Simultaneous. 3. FAST DATA SAMPLING RATES/CHANNEL: For Accelerometer and Strain Gage Senso rs 10k, 5k, 2.5k, 1.5k, 1k, 500, 100, 50 (selectable or variable Anti-Aliasing). 4. SLOW DATA SAMPLING RATE/CHANNEL: For Pulse Counting/Frequency Cards = 1 Hz. For Isolated Temperatures = 1 Hz. Miscellaneous Isolated voltages (0-5 vdc, 0-10 vdc, 0-50 vd c) = 1 HZ. 5. POWER IN: Vehicle Power @ 9-32 vdc. AC Power @ 60 cycle = 120 vac. 6. SENSOR INTERFACES: Lemo connectors (TBD) except for thermocouples. 7. OPERATING CAPABILITY: (a) Stand alone operation with vehicle power (power draw is critical). ( b) Provide complete menu driven system for setup and operation. (c) On-board data storage with simultaneous output streaming of data via Ethernet and/or Firewire. (d) On-board data storage, minimum (primary) = 6 minutes continuous operation at highest samp ling rate, all channels. (e) On-board data storage, desired (primary) = 60 minutes continuous operation at highest sampling rate, all channels. (f) Remove and replace data storage modules (optional, if environmentally compatible) with PC bay adapters and software as required. (g) Software for external device real-time viewing of data or processed data at rates decreased from maximum sampling rate as required (Operating System Windows compatible). (h) 12-bit ADC (minimum), 16-bit or more ADC (desired). (i) On-board data remote file start, stop, and restart, stop capability (independent of external software) with unique file naming/each start. (j) Data Output Formats and File Conversion Software: to ASCII, MatLab, DaDisp, and native for viewing software. (k) Data Time Stamp Capability (UTC, 0.1 ms resolution) (no latency) synchronized to GPS time (internal receiver) and/or to external IRIG-B input. (l) Up to 8 remote event markers (m) Software and Utilities: As appropriate (such as large file splitting capabil ity). 8. TYPICAL OPERATING ENVIRONMENT: (a) Rated for operation from -10C to 85C or provide a cooling package to enable operation in 125F ambient air with direct solar radiation of 360 BTU/sq-ft/hour (power is critical). (b) Shock: MIL-STD-810F, 20 g hal f sine wave, 11 ms duration. Also vehicles impacting 12-inch high half-round bumps and 12 inch deep potholes. (c) Vibration: MIL-STD-810F per Table 514.5-I, T ransportation 4 Restrained Cargo and Operational, Ground Vehicles; Annex A Figures 514.5C-1 thru 514.5C-4 (wheeled vehicles, trailers, and tracked vehicles). Also vehicles over Belgium Block and various washboard courses. (d) Sand and Dust: MIL-STD-810F. (e) Rain: MIL-STD-810F. 9. SENSORS: (a) Accelerometers: Variable capacitance (such as Endevco Mdl 7290A or 7292-XM1) or piezoresistive (such as Endevco Mdl 2262C). (b) Strain gage: 1/4-bridge, 350 ohm, (requires bridge completion circuits)(requires +10 vdc excitation be provided by unit). (c) Provide power for sensors. 10. SENSOR/CHANNEL CONFIGURATION: (a) Accelerometers: (excitation requires +10 vdc and/or +12 vdc be provided by unit) (80 channels). (b) Strain: (32 channels or 24 strain and 8 isol ated temperature). (c) Pulse Counter/Frequency: 8 channels (pulse counter, TTL compatible, zero Hz to 40 kHz with selectible upper limit). (d) Miscellaneous voltages: 8 isolated channels (0-5 vdc, 0-10 vdc, 0-50 vdc)(individual voltage range selectable for each channel). (e) Availability of cards for piezoelectric and ICP accelerometers (optional). 11. OTHER: (a) Software and hardware documentation. (b) Four days of on-site training on hardware, software, and operation for up to 4 persons. (c) One-year s oftware and/or hardware support (optional). 12. DELIVERY: 90 to 120 days (desired) from contract award. 13. NOTES: Minimum system requires 48 combined strain and accelerometer channels of various combinations. Request responses to this market Survey b e received no later than COB on 18 March 2002. Any technical questions may be submitted to the email address above.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00034057-W 20020302/020301082752 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |