SOLICITATION NOTICE
99 -- Request for Quotation - Visual Display System For B-373-800 Cockpit Simulator
- Notice Date
- 4/6/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-4730 AJA - Technical Center (Atlantic City, NJ)
- ZIP Code
- 00000
- Solicitation Number
- 9368
- Response Due
- 4/17/2010
- Archive Date
- 5/2/2010
- Point of Contact
- Jason Kuo, 609-485-6687
- E-Mail Address
-
jason.kuo@faa.gov
(jason.kuo@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- OVERVIEW. The Federal Aviation Administration seeks to procure a collimated visual system for its B-737-800 cockpit simulator to enhance the realism of the flight experience. The system is to provide collimate light for accurate distance estimation, and cross cockpit viewing. It must do this without requiring special glasses to be worn by the flight crew. Based on market research of available systems, it is believed that the optimum solution for a collimated visual system is the standard industry solution of a large mirror reflecting the image from a rear projection screen located above the cockpit windows. However, all offeror's proposals will be considered provided that the offeror can clearly demonstrate within the proposal that their solution does collimate light from the image source, allows cross cockpit viewing, and does not require special viewing apparatus. This acquisition includes the major physical components of the visual system including mirror cell, rear projection screen, projectors and projector mounting systems, light tightening structure, and image blending system. The image generator portion of the system is supplied by the FAA. Successful vendors will be required to install and align their visual system on the FAA cockpit. The FAA will have available sufficient image generator computers to drive the visual system, and will ensure that adequate base support is provided for the screen structure. The FAA cockpit is a fixed base device, i.e., is not mounted on a motion platform. Therefore, structure rigidity and stiffness need not be adequate for motion platforms. The visual system shall meet the requirements for a Level D simulator, per FAA Advisory Circular 120-40 Revision B, dated July 29, 1991, and JAR-STD-01A Amendment 3. Offerors are invited to submit their cost and technical proposals to the point of contact at the end of this RFP. This is best value procurement. The two factors are Cost and Technical Qualifications. Technical Qualifications are considered more important than cost. A contract award will be made based on the information in Offerors' proposals submitted in response to this RFP. SYSTEM REQUIREMENTS. Field of View. The system shall provide a viewing field of view (FOV) of not less than 1800 x 400. Offerors should indicate if their system meets or exceeds this FOV. Collimation Distance. The system shall provide a collimation distance of greater than 10 meters over the viewing volume. Vergence. Image divergence from the Design Eye Point shall be less than 7 milliradians.Geometric Distortion. The total geometric distortion error including horizontal and vertical error shall be less than 1.66% of the total horizontal Field of view. Viewing Volume. The viewing volume shall be not less than a 5" sphere around the pilots and co-pilots reference eye points. Projector Performance. The projector resolution shall be HD compatible (1920 x 1080) or better with sufficient light output to achieve Level D performance for daylight operations. These projectors are available from COTS sources. DELIVERABLES. The deliverables include: 1. Mirror Assembly. Note: The mirror assembly shall be seamless over the entire field of view. 2. Projectors and mounting systems. The vendor shall specify the appropriate number and types of projectors (and lenses) to meet image distortion specifications over the field of view. 3. Rear Projection Screen. The vendor shall specify the screen composition and optical coating including light gain. 4. Light tightening enclosure. 5. Mirror support structure. 6. Mirror vacuum controller if appropriate. 7. Image blending system as part of the projector system. 8. Means of image alignment. Contact Information. Vendors should submit cost and technical proposals in response to this RFQ. Please submit proposals to: Jason KuoContract SpecialistWilliam J. Hughes Technical CenterAtlantic City International Airport, NJ 08405Email: Jason.Kuo@faa.gov Any technical questions regarding this RFQ can be addressed to: Albert J. RehmannManager, Cockpit Simulation Facility.William J. Hughes Technical CenterAtlantic City International Airport, NJ 08405Email: albert.rehmann@faa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/9368/listing.html)
- Record
- SN02114020-W 20100408/100406235213-f3f6b49de929b76b0fc288cdbd172815 (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 |