The RFP Database
New business relationships start here

Technical reFresh Activity Consoles


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. This is not a Request for Proposal, a Request for Quotation, or Invitation for Bids. There is currently no solicitation package available.

A requirement by the government exists for a maximum of sixty-six (66) Technical reFresh Activity (TFA) Consoles, through a three year Indefinite Delivery/ Indefinite Quantity contract to support the production and delivery of multiple Fire Scout Unmanned Aerial Vehicle (UAV) Ground Control Segment Systems (GCSs).

The TFA Console is a custom-made, metal equipment rack which acts as a framework for the GCS workstation. It houses two monitors, a keyboard, an additional platform/ work surface for open manuals, as well as a 19 inch standard EIA-310 rack. The core console fits through standard Navy hatches (after removal of work surface and switch panel) and has added mounting provisions for bolt-on components such as laptops and other accessories. There is additional space in the electronics enclosure to support future growth.


To assess what Consoles currently exist in the marketplace, the Navy is requesting industry provide product descriptions of items that meet the Government requirement stated below:


• The console shall be of aluminum construction
• The console shall have a chromate finish
• The console shall have no burrs
• The console shall be mountable within a 29.50" (+ or - 1") width x 68.40" height x 53.18" (+ or - 1") depth footprint
• The console shall have a weight MAX of 450 LBS
• The console shall contain two (2) eye bolts with a workload of 1000 LB MIN when lifted in the vertical direction
• The console shall have an associated spreader bar used for lifting the unit
• The console shall have a desktop at a height of between 28" - 30"
• The console shall have knee space height of between 25" - 27"
• The console shall have a work shelf on the desktop at a height between 29"-30"
• The console desktop shall support a keyboard (angled between 9 - 11 degrees), a trackball, and payload joystick
• The console shall support bonding and grounding
• The console shall have a rack with 13U of useable space, with the rack having dimensions between 22" - 23" height x 19" width x between 24" - 25" depth
• The console shall have thermal cooling to 328CFM Nominal @ 0.4" of water pressure drop
• The console shall have two (2) access panels (front and back) for access to the 13U rack
• The front and back access panels shall be completely removable for maintenance and operational access
• The console rack shall have two (2) quick release pins with tether and a 12" (+ or - 1") eye/eye lanyard per access panel
• The console shall support two (2) 24" monitors stacked vertically above the desktop
• The console's lower monitor shall be angled between 100 - 110 degrees from the horizontal of the desktop
• The console's upper monitor shall be angled between 150 - 160 degrees from the lower monitor
• The console shall have a 2U panel directly above the monitors
• The console shall have four (4) 17.25" (+ or - 1") width x 4.31" (+ or - 1") height connector panels placed in the rear of the console to allow interconnections to console rack components

Due to the current state of development of the Fire Scout UAV GCS, testing results and certification to MIL-S-901D (shock - Grade B, Class I/II, Deck Mounted, Unrestricted Orientation), MIL-STD-167 (vibration), MIL-STD-461 (electromagnetic interference), MIL-STD-810 (environmental) costs would be the responsibility of the potential contractor. If you believe you have a console that meets the requirements of the system, you are asked to provide that information.


ADDITIONAL INFORMATION


The Government is seeking industry input to assist in identifying TFA Consoles that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.


In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.


The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.


Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


HOW TO RESPOND
Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Steve White at steve.a.white5@navy.mil and the Contract Specialist, Michael Miller at michael.t.miller7@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 19 February 2016, 3:00 P.M. EST.


Michael Miller, Contracts Specialist, Phone 732-323-7661, Email michael.t.miller7@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP