Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2007 FBO #1872
SOURCES SOUGHT

17 -- NEXT GENERATION VISUAL LANDING AID

Notice Date
1/9/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68335-07-T-0013
 
Response Due
1/23/2007
 
Archive Date
2/7/2007
 
Description
This is a Request for Information and Notice of Conference. There is no solicitation available at this time. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. The Naval Air Systems Command is seeking information from potential sources that can design, develop, manufacture, integrate hardware and software, test and support components for a Next Generation Visual Landing Aid (NGVLA) system). The NGVLA is intended to be the Navy?s newest shipboard Visual Landing Aid system capable of guiding the present and future naval rotary wing aircraft along with Unmanned Air Vehicles for safe landings. The NGVLA is being developed for forward fit into the DDG1000 class destroyers, with potential applications for other future surface combatants[mw1] . The major design objectives for the NGVLA are: improve reliability, reduce maintenance & manpower, meet specific requirements of the DDG1000 functionality, mounting configurations, power and controls, lower radar cross section, and meet Night Vision Device compatibility requirements. Proposed performance parameters for the new NGVLA will be sent to interested parties upon request from the Naval Air Engineering Station Contracting Officer on a CD. The NGVLA program will reflect a system?level acquisition approach for three new components of the total system, which will each be contracted separately. The Navy?s goal is to develop and procure an entire NGVLA system (Multi Multi-Function Display (MFD), new Stabilized Glideslope Indicator (SGSI), and a new Flight Deck Lighting (FDL) system with associated interfaces.). Contracts for each component development and test are anticipated with follow-on options for production quantities and Logistics support. The government intends to structure a program that is economically feasible while meeting the needs of the fleet. This may result in the contractor(s) pricing out one or more of the NGVLA components as a Modified Cots option. The SGSI is composed of a stabilized optical projector which projects Green-Yellow-Red[mw2] beams of light corridors for pilots to receive a visual cue of correct glideslope. In the Night Vision Device mode[mw3] , the pilots will receive pulse coded signals for proper glideslope approach. The MFD consists of a ?bill-board? type display mounted on the ship?s superstructure above the hangar doors. The MFD will present a horizon reference bar and deck status indication[mw4] , with capability for future expansion. The FDL is composed of all of the deck lighting and other approach and obstruction indicators required for US Navy aviation certification. All of the control for power, brightness/dimming, fault indication, and status display will be interfaced through the ships Total Ships Computing Environment Infrastructure ( TSCEI ) system. Operator control functions will be provided by the ship?s CEDS displays. Interface to the ships data distribution for control and interface will be specified in the respective component specifications[mw5] . The development effort is anticipated to be conducted through an Integrated Product Team (IPT) structure. The IPT will consist of [mw6] the contractor/ NGVLA component designordesigner, the ship builder and NAWC Lakehurst NGVLA team members. The first phase to be executed is the Development phase. During the Development phase, contractors will develop program plans, Develop develop and produce the System Development & Demonstration SDD hardware, and test to prove compliance with specification requirements. A single contract will be awarded for the (SDD) phase (formally Engineering and Manufacturing (EMD) phase[mw7] ) through a fully integrated, production representative system for Technical and Operational Evaluation. (plus additional subsystems/ components required to support environmental and shock qualification of the system components). The SDD system may initially be tested at the NAWCADLKE Test Site. Following successful completion of an initial Developmental Test (DT) program, the system may be refurbished and installed aboard the DDG1000. [SMS8] The SDD phase will begin in FY 07 and continue into FY 08 (18 months[mw9] ). The test Test and integration Integration phase is expected to last for 36 months, including shipboard install and test. Following a successful test at the land based test site or test facility and shipboard testing, a sole source contract for production quantities will be awarded to support DDG1000 class ship availabilities and possible other class installations. The production option contract is anticipated to be a sole source, fixed price incentive (FPI) contract for production units including technical and logistic data to support DDG1000 class installation availabilities. Options will be included to support the DDG1000 construction schedule. The Navy will host an Industry Briefing at NAWCAD Lakehurst, New Jersey on or about February 13 & 14, 2007 to discuss the program goals and technical requirements, present government information, anticipated scope of effort and background and to answer questions. Draft copies of the program plan, SOW Statement of Work (SOW) and Specifications system performance specifications for each respective component will be available prior to the meeting upon request. Specific meeting location and agenda will be provided pending receipt of participant?s request to attend. If you plan to attend the industry brief, please submit a fax to the Contracting Officer at (732) 323-4822 with the company name/address, names and positions of attendees, and citizenship of attendees. Attendance is limited to U.S. citizens and authorized foreign nationals only. You must obtain the proper security authorization through your respective embassy for foreign national participation. Your request must be received not later than 1600 on 07 February 2007 to obtain access. Representatives of US companies who have subsidiaries in foreign countries expecting to participate will also be considered under foreign national rules. In order to facilitate the question and answer period, you are requested to submit preliminary questions to the contracting officer no later than 07 February 2007. Note that information to be provided is subject to export controls. Please ensure a certified DD Form 2345 is completed prior to attending the conference, in order to receive information. CLOSING DATE IS 23 JANUARY 2007.
 
Record
SN01208087-W 20070111/070109220951 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.