Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2003 FBO #0431
SOURCES SOUGHT

10 -- Dragon Fire II

Notice Date
2/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
DAAE30-03-R-0313
 
Point of Contact
Cynthia Jackson, Contract Specialist, (973)724-7858
 
Description
The United States Army TACOM-ARDEC is conducting a market survey to identify potential sources that can provide electro-mechanical actuators and drive controllers in support of the Dragon Fire II (DF II) for military use. The DF II is a towed automated fire support system based on a rifled 120mm mortar system. The Actuator Drive Controller (ADC) shall be powered by a MIL-STD-1275B 28 Volt DC Electrical System primarily operated in battery only condition. The actuators and controller combination shall function within the DF II system to position the gun barrel. The actuator drive system consists of a rotary drive for the traversing motion and a linear drive for gun elevation. The controller for the actuators shall have the capability to communicate with the fire control system. The fire control system shall process the fire mission and communicate the azimuth and elevation solution to the ADC. The ADC shall also communicate with the on board Pointing Device (PD) via an RS422 line with a maximum update rate of 200Hz, or a 1553 bus (RS422 is preferred). When the firing solution is received from the fire control computer the ADC shall utilize the gyroscope inputs (3 axis available) from the Pointing Device (PD) to determine present position, process the request and move the gun barrel to the desired position. The actuator drive controller shall also interface with a Joystick in order to Semi-automatically position the gun while in the Joystick Control operational mode. The joystick shall be operational only when the system is placed in the "Semi-automatic" mode and shall provide full traverse and elevation capabilities. The ADC shall also have the ability to be preprogrammed to avoid any on weapon obstacles. The azimuth drive shall rotate a continuous 6400 mils without impediment. Peak power requirements for the azimuth drive shall be approximately 1.5 HP. The combined azimuth alignment accuracy error of the PD and ADC shall not exceed 1 mil Threshold and 0.5 mil Objective. The ADC must rotate the gun barrel 3200 mil within 8 seconds of receipt of move command. The elevation drive shall be a linear drive with the capability of positioning the elevation at 0 mils in the stowed position. While firing, the gun barrel will be positioned from 700 to 1530 mils. Peak power requirements for the elevation drive shall be approximately 1.5 HP. The combined Quadrant Elevation alignment accuracy error of the PD and ADC shall not exceed 1 mil Threshold and 0.5 mil Objective. The ADC must elevate the gun barrel from minimum elevation to maximum elevation within 8 seconds of receipt of move command. Azimuth and elevation drives shall move concurrently. All interested firms should provide, at no cost to the Government, a summary indicating the firm's capabilities along with indicating required lead times to production first delivery and monthly production rates thereafter. In addition, the following information is requested: a) drawings showing interface and/ or line drawings (electronic preferred) b) applicable test reports(s) c) commercial operators manual. No classified information should be submitted with this response. Proprietary information must be appropriately marked and will be safeguarded as marked. The preferred response format is Portable Document Format (PDF), with concepts and design solid models in an electronic format compatible with ProENGINEER.The capabilities sought include analysis, design, development, fabrication, integration, test and evaluation of proposed systems, as well as facilities conducive to assembling breadboard and subsystem prototype hardware, electronics and/or software. In addition, information on risk assessments and risk mitigation plans; recurring and non-recurring cost for development (to include three prototypes).This is a source sought notice for planning purposes only. This is not a solicitation and does not obligate the Government to issue a solicitation. All responses are requested not later than 26 Feb 2003, 1630 hours (Local Time), to e-mail atartari@pica.army.mil, or Commander, U.S. Army TACOM-ARDEC, ATTN:AMSTA-AR-FSA-S, Bldg 62N, Picatinny Arsenal, NJ 07806-5000 Attn: Anthony E Tartarilla III.
 
Web Link
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/SRCSgt/020420030/020420030.htm)
 
Record
SN00252889-W 20030206/030204213514 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.