Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2010 FBO #3028
SOURCES SOUGHT

59 -- Sources Sought for Micro-Electro-Mechanical Systems (MEMS) Rate Gyroscopes for use on US Army Black Hawk A through L model helicopters

Notice Date
3/8/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-MEMS1552RATEGYRO
 
Response Due
4/2/2010
 
Archive Date
6/1/2010
 
Point of Contact
Daniel Cordasco, 732-532-9037
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(daniel.cordasco@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey to identify potential sources to deliver MEMS rate gyroscopes to replace the legacy CN-1552 and Stability Augmentation System (SAS) Amplifier spinning mass rate gyroscopes currently used in the Army Black Hawk A through L model helicopters. There are two CN-1552s and one SAS Amp rate gyro per aircraft. This is a form, fit, and function replacement and the electrical and mechanical interface must be identical to the legacy spinning mass gyros. The rate gyroscope must give an output that is linearly proportional to applied angular rate in the sensitive axis. The SAS amp rate gyro must produce an AC output since demodulation is performed external to the rate gyro in the SAS amp. Full scale output is 5 VDC at 40 degrees per second and -5 VDC at -40 degrees per second (the CN-1552 and SAS amp rate gyro should have identical outputs after demodulation). Key performance parameters (KPPs) include scale factor linearity and repeatability over temperature, null linearity and repeatability over temperature, RMS noise at 100 Hz sample rate, and bias stability per the Allan variance method. An emphasis is also placed on long term reliability and obsolescence mitigation. Repeatability over multiple test runs is essential. As part of RFP evaluation, a demonstration conducted at a government test lab on at least three units will be required as part of the proposal evaluation to validate KPPs and ensure that the offerer is production ready. Complete technical requirements documents (TRDs) will be presented with the request for proposal (RFP). Draft versions of these TRDs are provided. The present TRDs may be subject to change. The government intends to award a 5 year IDIQ contract for approximately 7500 units in FY11. Sources must be able to obtain Full Airworthiness Qualification approval per Army Regulation 72-60 by the approval authority of AMCOM Aviation Engineering Directorate (AED), AMSRD-AMR-AE, Redstone Arsenal, Alabama 35898-5000. AWR requirements will be specified in the TRD. The AWR requirements will most likely include typical environmental requirements for helicopters per MIL-STD-810G and EMI requirements per MIL-STD-461E. Suppliers capable of producing these items as specified above must so indicate, by writing to, US Army CECOM LCMC, ATTN: RDER-PRA-AB, Building 1200E, Fort Monmouth, NJ 07703-5043. The response should include documentation substantiating that the supplier has a full understanding of the MEMS rate sensor technology and production processes necessary and is capable of providing the aforementioned items in accordance with requirements. This SSA is a request for information (RFI) only and does not constitute a solicitation (RFP) or obligate the Government to award a contract. No telephone responses will be accepted, only responses in writing will be considered. This information can be emailed to the Governments points of contact as follows: Daniel Cordasco at Daniel.Cordasco@us.army.mil. This SSA is for informational purposes only and is not a Request for Proposals. The deadline for response to this notice is 2 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e10b9619048ee12efca7aa5006c5c74a)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02085575-W 20100310/100308234413-e10b9619048ee12efca7aa5006c5c74a (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 |
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.