SOLICITATION NOTICE
69 -- Flight Control Systems
- Notice Date
- 1/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9300-10-R-5003
- Archive Date
- 1/9/2010
- Point of Contact
- Mary Ann Y. Canales, Phone: 6612772097, Charles L. Pate, Phone: 6612754970
- E-Mail Address
-
maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil
(maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Open Competition - Combined Synopsis/Solicitation - F1SBAA9308B001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 and DFARs Change Notice (DCN) 20091123. NAICS is 333319 with a small business size standard of 500 employees. Solicitation is for a commercial purchase of (1) Flight Control System. This acquisition is a 100% small business set-aside. AFFTC/PKTB, Edwards Air Force Base, CA is seeking potential sources capable of providing the following items: (1) RMAX Flight Control System including flight control processor board, IMU integration, flight control software, GPS, Barometer, Honeywell Magnetometer, Active GPS antenna, Ground control station software license, Logger Tool, (2) Data-link and Antennas (Maxstream XTend 900 MHz) (3) Contractor must also be able to provide mechanical and electrical integration and ground testing, flight data recording, controller synthesis, flight validation and training. REQUIREMENTS: SPECIFICATION FOR CONTROL MOMENT GYROSCOPE APPARATUS Description: The Control Moment Gyroscope system is furnished with broad range of experiments that graphically demonstrates important theoretical principles and applied control implementations. All experiments include detailed student procedures, supplementary exercises and complete instructor solutions. Also included plant dynamics models, Matlab scripts for analysis and simulations, and optional exercises. Complete Turnkey System includes: 1. Flight control processor board, IMU integration, GPS, and flight control software 2. Attitude stabilization and velocity control 3. Position of RC transmitter sticks interpreted as velocity commands 4. Integrated GPS/inertial navigation 5. Payload insensitive flight controller 6. Built-in data logger and telemetry capability 7. Built-in payload interfaces (RS-232) 8. Integrated YACS avionics 9. Data link and antennas 10. Mechanical and electrical integration and ground testing 11. Flight data recording 12. Controller synthesis 13. Flight Validation 14. Installed on site at Cal Poly University-Pomona, Pomona, CA Flight Control System Specifications: 1. Embedded computer system: a. Intel XScale PXA255 32-bit RISC processor b. 32 MB Flash ROM c. 64 MB SDRAM d. 16 KB Ferroelectric non-volatile RAM 2. GPS Receiver module: a. Receiver Type: L1 frequency, C/A code, 16-channel b. Differential GPS (RTCM-SC104) input c. Position Accuracy 3 M CEP d. Acquisition Time (cold start):41s e. Uses RMAX built-in IMU 3. Piezoresistive pressure sensor: 300-1100 mbar 4. Interfaces: a. MMCX connector for active GPS antenna b. Connectors for YACS radio receiver board c. Connectors for YACS backplane board d. 26-pin Datamate connector e. RS-232 for IMU f. RS-232 for external magnetometer g. RS-232 for external data link h. RS-232 for external DGPS correction message receiver i. 2-RS-232 for custom payload equipment j. RS-232 for host computer k. Analog input for optical distance sensor 5. Uses unregulated 12 V power from YACS 6. Power consumption 180mA @12 V 7. Algorithms: a. Extended Kalman filter for data fusion of GPS and inertial sensors b. Robust flight controller design based on H∞ methods c. Bump less transfer between manual and automatic control d. Waypoint guidance pkg e. Automatic take-off and landing f. Monitoring of GPS Solution, IMU, magnetometer, PWM inputs and power supply 8. Dimensions: 130 x 84 mm (L x W) 9. Weight: 70 g 10. Operating temperature: between -40° C and 85°C Delivery: 3 MARO Place of delivery, performance, and acceptance is FOB Destination, Pomona, CA 91768. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary Ann Canales @ 661-277-9522), no later than Close of Business (COB) 08 JAN 2010 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail maryann.canales@edwards.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-10-R-5003/listing.html)
- Place of Performance
- Address: Cal Poly Pomona, 3801 West Temple Ave, Pomona, Ca 91768, Pomona, California, 91768, United States
- Zip Code: 91768
- Zip Code: 91768
- Record
- SN02036046-W 20100108/100106235935-998f63ef8af8584c73e4f0f10527c59f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |