The RFP Database
New business relationships start here

Boresight Measurement Equipment


New Jersey, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  THERE IS NO SOLICITATION PACKAGE AVAILABLE.  The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for Boresight Measurement Equipment (BME).  The BME is required for boresight alignment of combat aircraft, ashore and afloat.  The BME shall be Common Support Equipment compatible with, and work in conjunction with, existing AH-1Z, AH-1W and MH-60R aircraft specific adapters and software. The BME will be categorized as Class 1 common support equipment, in accordance with MIL-PRF-28800F; i.e., equipment is designed for hostile operational environments where the environmental conditions are extremes of world climatic variation.  Examples include test equipment for use in the vicinity of aircraft in tracked and wheeled vehicles, or for typical above-deck applications.

The objective is to procure COTS or modified COTS systems to replace currently fielded units, and capable of operation within austere military forward-operating shore-based and shipboard environments. The system will employ state of the art technology. All materials and components utilized shall be COTS or non-developmental items.  The BME shall include, but not be limited to the following constraints:

Technical:

•1.       The BME shall be capable of operating in a Class I environment, as defined by MIL-PRF-28800F.  The BME is to be used shipboard, above-deck and on the flight line by O-level personnel.  The BME shall be fully operational on board ship in conditions up to Sea State III.  Operation of the BME shall not be impeded or degraded during periods of mildly inclement weather, including wind, light rain, and light snow.

 

•2.       The BME shall operate on:

•·         115 VAC +/- 5 VAC, 60 or 400 HZ, single phase, 15 amps or less.

•·         230 VAC +/- 10 VAC, 500 HZ, single phase, 15 amps or less.

 

•3.       The BME shall be capable of performing a boresight measurement within ten (10) minutes of opening a transit case, and not require more than two persons.  Time to measure an individual mirror set should not exceed two (2) minutes.

 

•4.       The BME shall be programmable to accommodate individual aircraft requirements, specifications, and procedures with automatic compensation for all errors and offsets, while providing the operator with a digital display of the angular error(s) from nominal.  The system shall be versatile and readily accommodate any aircraft or aircraft modification.  The BME shall be programmable to recognize or project a variety of common reticle patterns.

 

 

•5.       The BME shall retain in memory the last measured (pitch, yaw, and roll) values of each aircraft station, and be capable of downloading the information via EIA RS-232-C or EIA RS-422-A serial bus (e.g. download measurement results to a PC or aircraft software interface).

 

Logistics:

 

•1.       System operation/maintenance is not to require any special tools

 

•2.       Full Logistics Support Package to include but not limited to:

 

•a.        Technical Manual(s)

 

•b.       Logistics Product Data IAW GEIA-STD-0007B specification

 

•c.        Engineering Data for Provisioning

 

•d.       Calibration Documentation

 

•e.       MIL-STD-810 compliant Packaging, Handling, Shipping & Transportation information, to include any specialized requirements.

 

Interested companies are requested to provide information on products/services similar in scope and effort.  Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture and support an effort of the type described herein. 

In addition, it is requested that respondents identify government and/or commercial customers to whom same or similar equipment and logistics support packages have been delivered.  Provide customer points of contact, including a telephone number, e-mail address/web site, quantities sold along with dates sold, and a description of the unit(s).

This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal.  This announcement is not a formal solicitation and is not a request for proposal.  No contract will be awarded from this announcement.  Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government.  No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.

Each response must reference the "sources sought" title.  Responses should be sent to Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, Attn: Daniel O'Donnell, Code 2.5.2.1.2, Highway 547, Lakehurst, NJ 08733.  Mr. O'Donnell is the point of contact for this Request For Information  and can be reached at e-mail address daniel.odonnell1@navy.mil. Responses must be received in writing no later than December 05, 2019 by 5 pm EST.

 


Daniel O'Donnell, Contract Specialist, Phone 7323232903, Email daniel.odonnell1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP