COMMERCE BUSINESS DAILY ISSUE OF APRIL 25, 2001 PSA #2837
ANNOUNCEMENTS
A -- JOINT ADVANCED MISSILE INSTRUMENTATION/JAMI TSPI UNIT REQUEST FOR INFORMATION
- Notice Date
- April 23, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- E-Mail Address
- Lafayette Turner (turnerl@eglin.af.mil)
- Description
- JAMI TSPI Unit Request for Information The Investment Programs Office of the 46th Test Wing is seeking information on the availability of technology to develop, perform qualification testing, and implement the requirements of a global positioning system (GPS) based sensor package. The Joint Advanced Missile Instrumentation (JAMI) Program has been established to address the weapon system instrumentation requirements for telemetry (TM), time-space-position information (TSPI), end-game scoring, and flight termination for Army, Navy, and Air Force test ranges. The Air Armament Center/46th Test Wing has been identified as the Deputy Program Manager for the acquisition of a JAMI TSPI Unit (JTU) that will meet Department of Defense TSPI and end game scoring requirements. The JTU is to be developed under this program and must meet the requirements stated in the JAMI Test Capabilities Requirements Document. a. Provide in-flight data that shall be used to calculate (from launch to impact) accurate TSPI information. b. Provide the range safety officer a navigation solution within three seconds after launch of the weapon system. c. Provide course acquisition code range measurement in real-time at 10 Hz. d. Provide carrier phase measurements at 100 Hz. e. Raw GPS measurements shall be time synchronized to GPS time within 100 microseconds. f. Aggregate data output shall be no greater than 500 kilobits/second. g. Provide three asynchronous event time mark inputs with low latency (two milliseconds) output on a parallel data interface for missile fusing and other events. h. Data output shall be in accordance with the Missile Application Condensed Measurements; Missile Application Time Message; and Position, Velocity, Time Message formats, which will be provided by the Government. i. Provide the capability for diagnostic checkout of the unit prior to launch. j. The unit shall occupy a rectangular volume of nominal dimensions less than 4.38 inches, by 2.70 inches, by 1.10 inches. k. The electrical interface shall be a high-speed 16-bit parallel interface. Details of the interface will be provided by the Government. l. The unit must meet air-to-air, surface-to-air, and air-to-surface missile environmental requirements. m. The unit shall meet the dynamic and performance envelope requirements of current and projected air-to-air missiles. n. The installation and integration of the unit into the weapons system's electromagnetic environment shall cause no intra- and inter-electromagnetic interference. o. The unit shall not cause adverse environmental impact on any Government test and training ranges. p. The unit shall interface with the air-to-air, surface-to-air, and air-to-surface missile systems in accordance with established interface control documentation. q. Provide TSPI position accuracy of <25 feet (x,y,z) in real time. r. Provide velocity accuracy of <3 feet/second (x,y,z) in real time. s. Provide missile attitude with an accuracy of five degrees real time. t. Input power is 24.0 volt direct current unconditioned power. u. The unit will receive GPS signals from a supplied missile antenna. v. Interface with a Government furnished TM system. We are soliciting information from contractors who can provide a JTU that will meet the JAMI requirements. Information submitted should indicate past experience in development of GPS sensors and inertial measurement units, as well as experience in environmental testing of airborne equipment operating under harsh conditions. Respondents are encouraged to furnish white papers describing their products/technical approaches. All JTU equipment will be required to meet stringent environmental and interface constraints consistent with operating in the air-to-air missile environment. Signal and data processing, as well as data formats, are possible candidates for commonality. This request for information (RFI) is for planning purposes only and shall not be considered as a request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses from this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. The information resulting from this RFI may be included in one or more RFPs, which will be released to industry. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the evaluation of the information provided because of this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. Replies to this RFI should be sent to the Investment Programs Office. Address your replies as follows: 46th Test Wing/TSWI, Attn: Ms. Carolyn Coleman, 303 No. 7th Street, Bldg. 22, Suite 108, Eglin AFB, FL 32542-5641. Additional technical information may be obtained from Mr. John Merts, (850) 882-2337. Points of Contact Lafayette Turner, Contract Specialist, Phone (850) 882-4141 ext. 4552, Fax (850) 882-5757, Email turnerl@eglin.af.mil Vicky Dawson, Contracting Officer, Phone (850) 882-4141 ext. 4635, Fax (850) 882-5757, Email dawsonv@eglin.af.mil
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=S&P=Reference-Number-PKZA-LT-0102&L=1182)
- Record
- Loren Data Corp. 20010425/SPMSC004.HTM (D-113 SN50J9V6)
| SP - Special Notices Index
|
Issue Index |
Created on April 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|