Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2005 FBO #1419
SPECIAL NOTICE

66 -- Airborne Data Acquisition System components and repair capabilities

Notice Date
10/13/2005
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F4LMCA05000031
 
Response Due
11/14/2005
 
Description
The Air Force Flight Test Center (AFFTC) Edwards AFB, CA intends to award a non-commercial, firm fixed-priced,sole source contract to SCI Technology, Inc. The AFFTC has a requirement for a supplier of Airborne Data Acquisition System components and repair capabilities to support several test programs that are currently executing flight test or are scheduled to be undergoing flight test in the near future. The primary programs that will be supported by this supplier are the B-52, C-17, C-5 Flight Test Programs, and the UASF Test Pilot School Program. The Airborne Data Acquisition System shall be a highly advanced general-purpose flight test instrumentation system specifically designed for aerospace application. The data acquisition system shall use the standard Common Airborne Instrumentation System (CAIS) bus in its design. The basic system shall consist of a programmable controller unit that communicates with analong and digital remote units via a high-speed (CAIS) bus using command response topology. The remote units shall handle a large number of widely diversified data source witch include low and high level analog signals, as well as monitoring and data collection of digital communication buses to include MIL STD 1553A/B and ARINC 429. The system must comply with all Range Commanders Council (RCC) Inter-Range Instrumentation Group (IRIG) standards. The system shall include programmable gain and offset for analog signal with signal filtering available. It must also be capable of generating multiple data outputs. All output formats shall be in accordance with IRIG 106 Standard. In addition, the system/components must be compatible (exact form, fit and function) as the SCI Mini-series units already installed in B-52, C-17 and Test Pilot School Aircraft. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System Code (NAICS) is 334511 and the small business size standard is 750 employees. All interested parties who believe they can meet the requirement are invited to submit in writing complete information describing their ability to provide the supplies and services requested above. Firms responding must identify their company?s capabilities to perform the requirements described herein, business size and category (i.e. SB, SDB, WO, etc.). Responses shall be limited to 15 pages and should include, as a minimum, (1) evidence of past experience; (2) related projects and/or existing systems, etc; and (3) business size as described above. Industry demonstrations may be held with interested sources that submit responses. Response to this notice must be provided to Vivian Celentano at the 412th Test Wing/PKDD, Directorate of Contracting, 5 S. Wolfe Ave, Edwards AFB CA, 93542 by 12 November 2005. Information can be faxed to 661-275-7832 or emailed to vivian.celentano@edwards.af.mil.
 
Record
SN00915239-W 20051015/051013211844 (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.