SOLICITATION NOTICE
58 -- JOINT ADVANCED MISSILE INSTRUMENTATION TIME SPACE POSITION INDICATION UNIT DEVELOPMENT
- Notice Date
- 1/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0403RP71358
- Archive Date
- 1/6/2004
- Point of Contact
- Dick Bolick Contract Specialist 7037871395 richard.bolick@mms.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Description
- This requirement was previously announced under CBD notice #5151W9, dated 12/14/01, amended on notice #5156C5, dated 12/19/01, and publicized again under Synopsis/Solicitation Number 1435-04-02-RP-85909. GovWorks will provide the contract support for this acquisition, and all questions will be sent to the Contracting Office by e-mail. Any vendor contacting the program office or other related technical office for information may be disqualified from further participation. The purpose of this synopsis is to notify potential vendors that the specifications for this requirement have been finalized and are available for review and retention, and to announce the upcoming solicitation for a contract for the JAMI JTU-II development. The program office is a joint services Central Test and Evaluation Investment Program Office established to develop a package of integrated instrumentation components for applications in tri-service (Air Force, Army, Navy) small missile test and training applications. The program will provide GPS/IMU based TSPI, missile/weapon attitude and vector scoring for range safety and test and evaluation applications, and will also provide a method to track missiles and targets without the relying on ground based radar by utilizing existing telemetry links and infrastructure. The JAMI components include both airborne and ground based systems. The high dynamic TSPI unit is the airborne component of the system. It will provide GPS and IMU data that can be processed on the ground and refined to high accuracy. The high dynamic TSPI unit is the purpose of this acquisition. The TSPI unit consists of 5 primary components: (1) A GPS sensor. An integral GPS sensor accepts RF signals from an external antenna and optional filter-limiter-amplifier (FLA) and will be selected by the missile designer to meet the requirements of the GSU specified RF input. (2) Inertial Measurement Sensors/Unit. Signals for internally mounted accelerometers and rate sensors are conditioned, accumulated and combined with the GPS and event time data into the JTU data output. (3) Data Acquisition System. The JTU contains all signal conditioning required for IMU buffering, sampling, and digital conversion. The acquisition system also converts the IMU data into engineering units, applies calibration corrections as required and performs quaternion calculations on the rate data. (4) Digital Interface Formatter (processor). The internal processor acts as an internal communications hub. The processor formats data from the GSU and merges it with the IMU and header information. It also provides an RS-232 interface from external sources to the GSU and monitors the selectable mode input lines to determine which protocol is used in transmitting the output data to the missile or target telemetry system. (5) Associated Power System. The JTU filters external 28 volt weapons power and converts it into the power forms required by the GSU, IMU and conditioning circuits. The contractor shall design, develop, fabricate, test, and deliver the JTU in accordance with this solicitation. The JTU high dynamic specification is available as NAWC CH-3119 Rev A, dated 12/12/02, from this web site: http://www.govworks.gov/vendor/csolicit.asp. Look up this RFP Number: 1435-04-03-RP-71358. All electrical and mechanical characteristics of the JTU shall conform to the documentation provided by the government. The JTU development shall be undertaken in two phases. The initial effort will include the mechanical and electrical design, the selection of the IMU sensor and the software/firmware design of the internal processes as indicated by the JTU specification and the TSPI Unit Message Structure (TUMS) specification, NAWC CH-3132, Rev A, dated 8/8/02. The GSUs for this phase of the development will be provided as GFE and will be form-fit-modified function sensors that perform like the final configuration unit under development by ParthusCeva. This sensor is under development by the JAMI program and is due for final delivery in August 03. The deliverable under Phase 1 shall be three complete form-fit-function JTU units. The first phase of this development will be awarded to minimize schedule risk since the final GSU configuration is not yet available. The second phase of this development effort will be to integrate the final GSU configuration into the design and perform qualification testing on the final JTU configuration. The government will not exercise this option until such time that the GSU is qualified, tested and validated that it meets the requirements of the high dynamic GSU specification, NAWC CH-3125 rev C, dated 8/15/02. Performance information on the ParthusCeva products will be made available by the government on request. Use of these components is recommended; however, the contractor may propose other GPS technology that meets the requirements of NAWC-3125, if desired. Note that the ParthusCeva GSU requires a ground processor that is available from ParthusCeva. Under contract with Integrity Systems Inc., the government has also developed accumulation algorithms to process the IMU data and accumulate the data to a high degree of accuracy. The government proposes to make these algorithms available under license to the JTU designer if requested. These algorithms and associated implementation code are ITAR controlled; therefore, the JTU contractor must obtain ITAR approval prior to contract award. The government will obtain GSU ground processing units under a separate contract for government testing, but the JTU contractor is responsible for acquiring from ParthusCeva any GSUs required for completion of Phase 2 of this contract. Pre-delivery testing shall be conducted by the contractor; however, GSU testing may be supported by government simulation testing facilities. The government shall also support JTU Final Acceptance Testing in accordance with a Test Plan to be developed by the contractor and approved by the government. Contract award will be based on a Commercial Item (FAR Part 12, and 13.5) Best Value, firm fixed price contract for Phase 1 as described above with an 8 month period of performance. Phase 2 of the project will be awarded as Time and Material not-to-exceed optional CLINs, including qualification testing, limited production, full production, and JTU contractor support for the initial integration of the JTU into the AMRAAM telemetry system. The required period of performance for Phase 2 could extend through 12/05 if all contemplated optional CLINs are exercised. To satisfy other JAMI schedule requirements, qualification of final JTU configuration must be accomplished by 5/04, with limited production units (up to 5) of the final configuration made available by 7/04. Formal solicitation for this development program will follow in two weeks, along with the applicable SOW. Contract award is anticipated no later than early April.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=77328)
- Record
- SN00234412-W 20030108/030106213431 (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 |