SOURCES SOUGHT
66 -- Sources Sought - Analog data recorder to support data collection on airdropped cargo and personnel
- Notice Date
- 2/6/2013
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124RRFIDATAREC
- Response Due
- 2/21/2013
- Archive Date
- 4/7/2013
- Point of Contact
- Edgar Angulo, (928)328-6172
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(edgar.angulo@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: Analog Data Recorder Requirement Solicitation Number: W9124RRFIDATREC The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG) is seeking to identify contractors that may be interested in and capable of providing an analog data recorder. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The information requested herein will be used by the Army to facilitate decision making and will not be disclosed outside the agency. YPG requires a low cost analog data recorder to support data collection on airdropped cargo and personnel. The recorder is placed on an airdrop load and airdropped at altitudes up to 35,000 ft MSL. The recorder is typically collecting accelerometer and stain gauge data to assess the acceleration and forces that an airdrop payload experiences during parachute deployment and ground impact. The low cost requirement is due to the developmental nature of this testing, which occasionally results in total loss of airdrop payloads due to a malfunction. The size limitation is due to limited space on paratroopers to collect data during personnel airdrops. One challenging aspect of airdrop testing for data recorders is the Electrostatic Discharge (ESD) that occurs during parachute opening due to dry air passing across the fabric of the parachute. YPG can accept spikes in the data due to ESD, but the recorder must be able to continue recording after an ESD event. Requirements: -Record 8 (Threshold) to 16 (Objective) direct input analog channels -Record 8 (Objective) direct input discrete channels -Analog channel software programmable signal conditioned to ranges: a)0-10V b) plus or minus 10mV c) plus or minus 5V d) 0-5V -Each analog channel has bridge completion -Record rate of 1000Hz (Threshold) to 5000Hz (Objective) -All data tagged with IRIG-B time stamp -All channels provide 12V excitation voltage for sensors -Integrated rechargeable battery with 5 hours of battery life -Record 30 minutes (Threshold) 60 minutes (Objective) of data with 8 analog channels at 1000Hz (includes excitation voltage for analog channels) -Two options for recording start: a) Programmable software trigger based on analog channel data b) Input for external switch to start recording, switch does not need to be part of system. -Size: 50 in. cubed (Threshold) to 20 in. cubed(Objective) in a flat profile (including battery) -Recorder must include a basic power on status indicator and a recording indicator. -Electrostatic Discharge (ESD) protection -Weight: greater than 5lb (Threshold), greater than 2lb (Objective) -Must meet MIL-STD-810G for the following environments a) 500.5 - Low Pressure (altitude) up to 35,000ft b) 501.5 - High Temperature, Climatic Design Type: Hot Dry (A1) c) 502.5 - Low Temperature, Climatic Design Type: Cold (C2) d) 511.5 - Explosive Atmosphere e) 514.6 - Vibration: Aircraft C-17, C-130H, C-130J f) 516.6 - Shock: Ground Impact (greater than 50G) -EMI (C-130H, C-130J, C-17A) Must be able to pass government testing -EMC (C-130H, C-130J, C-17A) Must be able to pass government testing -Programming of the recorder must use a Graphical User Interface Interested vendors shall provide a capabilities statement based on the above requirements. In addition, the capabilities statement shall address the following: (1) Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, 8(a) and women-owned small business). (2) Does your company have a GSA schedule or any other Government contract vehicle? If so, is the proposed equipment offered on your GSA schedule or within the other contract vehicle? (3) Is the equipment required for this solution commercially available or would it be developed exclusively for government purposes? (4) Has your company provided this type of equipment in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. (5) Has your company provided this type of equipment in the past to private industry? If so, please identify and provide details. (6) What is the typical delivery schedule for this type of equipment? (7) Identify if your company manufactures the equipment being supplied and the place that it is manufactured (i.e. manufactured in the United States or outside of the United States). (8) What North American Industry Classification System (NAICS) code would your company recommend for this equipment? (9) What type(s) of warranties exist or may be offered for this type of system? The MICC-YPG does not intend to award a contract on the basis of the responses, or pay for the preparation of any information submitted, nor will respondents be notified of the MICC-YPG's review of the information received. Interested sources shall provide requested capabilities statements no later than 21 February 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5557f519efa93a92c6c0de4a9e1278ce)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02980628-W 20130208/130206234211-5557f519efa93a92c6c0de4a9e1278ce (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 |