SOURCES SOUGHT
58 -- Joint Precision Approach and Landing System (JPALS) Capable Multi-Mode Receiver (MMR)
- Notice Date
- 12/20/2012
- 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, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- JPALSCAPMMR20DEC12
- Archive Date
- 2/15/2013
- Point of Contact
- Mary M Dodds, Phone: (301) 757-7083, William D Gentry, Phone: 301-757-7069
- E-Mail Address
-
mary.dodds@navy.mil, william.gentry@navy.mil
(mary.dodds@navy.mil, william.gentry@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- To promote early exchange of information with industry in accordance with FAR Part 15.2, the Naval Air Systems Command (NAVAIR) issues this Request For Information (RFI). NAVAIR is requesting information from industry to identify potential mature candidates to fill a possible need for a JPALS Capable Multi-Mode Receiver. If the candidates responded previously to a MMR RFI in 2010, please provide an update based on the restacking of the Threshold and Objectives requirements. RFI documents are marked with Distribution Statement D; as a result, they are only releasable to current and approved Department of Defense (DoD) contractors located in the United States (U.S.) who possess a current and valid U.S. facility clearance with technologies/data safeguarding capabilities. As a result of this constraint, foreign contractors may NOT participate in the MMR effort as prime contractor. Foreign firms who wish to participate must do so as a subcontractor to a U.S. contractor who meets the facility clearance and safeguarding requirements noted above. Any such subcontracting arrangement between a U.S. contractor and a foreign firm (to include employment of foreign nationals by U.S. firms) shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the Procuring Contracting Officer and the NAVAIR Foreign Disclosure Officer. RFI documents will posted be to the PMA213 JPALS Industry Site. To access the documents in the PMA213 Industry Site perform the following steps: 1. Request a MyNAVAIR Account, by completing the registration form that can be found here https://mynavair.navair.navy.mil/Registration/Register.aspx. Note: Ms. Mary Dodds, mary.dodds@navy.mil, is the designated sponsor on the MyNavair account request form. Ms. Dodds' phone number is (301) 757-7083. Please insert in the subject line of any emails "JPALS MyNAVAIR request - JPALS MMR RFI". If you already have a MyNAVAIR account send a separate "PMA213 Industry Site" email request to jpalsweb@amelexinc.com to obtain access to the JPALS Industry Site. Please insert in the subject line of any emails "JPALS Industry Site request - JPALS MMR RFI". 2. Ensure that the computer to be used to access the JPALS documents in the JPALS Industry Project Library has a Public Key Infrastructure (PKI) or other DoD certificate installed. 3. Navigate to JPALS Industry Site (where reference documents are hosted) by selecting on the individual links below. 4. You will have to save the JPALS documents to your local hard drive. Due to the large size of the documents they may cause your computer to hang up. Save a document to your local hard drive by: a) Right click on the document and select "Download". A pop up window will appear with options to Open, Save, or Cancel. b) Select Save and follow the instructions as they appear save the document to a folder on the local hard drive. This will need to be repeated for each file you would like to open. 5. Once you have saved the desired files you will be able to navigate to the selected folder on your local hard drive and work with the files at your leisure. Threshold Requirements: 1. GPS receiver that meets the requirements in ARINC 743A-5 "GNSS Sensor" and has the capability to receive, process, and output the ICAO/Wide Area Augmentation System data as described in the RTCA/DO-229D, Minimum Operational Performance Standards for Global Positioning System/Wide Area Augmentation System. 2. Military PPS GPS receiver that meets the requirements in IS-GPS-200F, Navstar GPS Space Segment/Navigation User Interfaces. 3. Memory to store required processing algorithms, the navigation databases used for the Wide Area Augmentation System (WAAS), the National Geospatial-Intelligence Agency (NGA) standard products for required geospatial information and services, and the geodetic survey data in the World Geodetic System 1984 (WGS-84) reference system or its replacement, with at least a 50% reserve memory capacity. 4. Processing capability, with at least a 50% reserve, to handle Sea-based and Land-based JPALS, civil Ground Based Augmentation System (GBAS), and civil Space Based Augmentation System (SBAS) algorithms, data link, and other required processing, includes processing the JPALS algorithms and data in accordance with the JPALS Airborne System Specification (JASS), Platform Independent (PI)-JASS, and the JPALS Aircraft Integration Guide (AIG). The JASS, PI-JASS, and AIG are provided at the JPALS Industry Web Site at: JASS: https://mynavair.navair.navy.mil/portal/server.pt/gateway/PTARGS_32_0_856_0_-1_47/http;/c27vmwarpaxr274.nadsusea.nads.navy.mil;11930/collab/do/document/overview?projID=562265&folderID=561803 PI-JASS: https://mynavair.navair.navy.mil/portal/server.pt/gateway/PTARGS_32_0_856_0_-1_47/http;/c27vmwarpaxr274.nadsusea.nads.navy.mil;11930/collab/do/document/overview?projID=562265&folderID=561808 AIG: https://mynavair.navair.navy.mil/portal/server.pt/gateway/PTARGS_32_0_856_0_-1_47/http;/c27vmwarpaxr274.nadsusea.nads.navy.mil;11930/collab/do/document/overview?projID=562265&folderID=561750 5. Receive, process, and output the Land-Based JPALS 25KHz UHF Data Broadcast (UDB) and receive, transmit, process, and output the Sea-based JPALS UHF (225 to 400 MHz) data link, this data link is broad band, up to 1.2 MHz, GMSK modulation. This data link will meet the requirements outlined in the External Interface Requirements Specification (EIRS). Provide details on how the crypto requirements would be met and how crypto certification would be obtained. The EIRS is provided at the JPALS Industry Web Site at: EIRS: https://mynavair.navair.navy.mil/portal/server.pt/gateway/PTARGS_32_0_856_0_-1_47/http;/c27vmwarpaxr274.nadsusea.nads.navy.mil;11930/collab/do/document/overview?projID=562265&folderID=561795 6. Meet the environmental requirements for a 2500 hour mean flight hours between removal. 7. Provide Input/Output and control via the aircraft MIL-STD-1553B data bus and/or Ethernet or other common avionics buses. Provide comments on the supporting rationale for buses other than MIL-STD-1553. 8. Comply with MIL-STD-704A through 704F. Objective Requirements: NAVAIR desires a modular solution. In this solution, the following optional capabilities would be available as modules that could be inserted into the primary avionics as needed for each aircraft application. This solution will allow for upgraded modules as requirements change and for the addition of new modules as future JPALS increments are fielded and to take advantage of future technology evolution. A. Receive, process, and output the Instrument Landing System (ILS) signals to include; Glideslope per the RTCA/DO-192 Glideslope Minimum Operational Performance Standards (MOPS), Localizer per RTCA/DO-195 Localizer MOPS (complies with new ICAO FM interference requirements), and Marker Beacon per RTCA/DO143 Marker Beacon MOPS. B. Receive, process, and output the VHF Omni-directional Ranging (VOR) signal per RTCA/DO-196 VOR MOPS. C. Provide the capability to perform the airborne functionality of the Instrument Carrier Landing System (ICLS) signal per MIL-R-81498C (AS) Military Specification Receiving-Decoding Group An/ARA-63. D. Meet the specification for airborne equipment in the RTCA DO-253C and ED-23C, Minimum Operational Performance Specification (MOPS) for airborne VHF Receiver, and the RTCA/DO-245D: Minimum Aviation System Performance Standards (MASPS) for the LAAS. E. Conform to Software Communications Architecture (SCA) standards. The JPALS program office would like to gain insight from industry (primes and vendors) on several key areas to assist in JPALS aircraft integration planning. If the modular approach is supported, please provide response in each of the areas below for the primary avionics and for each proposed module. a) Provide a notional development and integration schedule. b) Include estimates of when Engineering Development Models (EDMs) would be available to support aircraft integration. c) Provide development and production cost estimates with ground rules and assumptions to support the notional schedule. Where possible, include Source Lines of Code (SLOC) estimates. d) Provide potential production schedules, including maximum production capacity and minimum economical production rates. e) Describe challenges to development, integration, and support of your concept design. f) For the technical/architecture solution you used to generate your response to this RFI, provide insight into Critical Technology Elements (CTEs) and your ability to meet, or mature those CTEs to a Technology Readiness Level (TRL) 6 using the DoD Technology Readiness Assessment Guidance April 2011 provided at the Acquisition Community Website: TRA Guide OSD May 2011.pdf. g) Describe how your design conforms to the tenants of the Modular Open Systems Approach (MOSA). h) Describe any challenges you anticipate in meeting and certifying the MMR crypto requirements. i) Request Size, Weight, and Power (SWAP) estimates are provided. j) If the technical architecture solution you used to generate your response to this RFI is based on an MMR that's already in production, provide details on the capabilities of this unit, the type of aircraft where the baseline MMR is installed, the approximate quantities produced to date, and existing and planned future orders. Also provide information as requested above for modules that would have to be developed to fulfill the objective requirements. k) If the technical architecture solution you used to generate your response to this RFI includes performing any of the threshold requirements external to the MMR provide rational and technical solution. Companies interested in participating in potential future development should have the following experience and capabilities: (1) airborne navigation and radio system design, development, and testing; (2) development and testing of Ground Based Augmentation Systems (GBAS) avionics and requirements; (3) have achieved software CMMI level 3 within the company unit proposed for this development; (4) airborne navigation system availability and performance modeling, simulation, and testing; (5) open architecture design; (6) an understanding of the TRA process, including experience in identifying CTE's and assessing their maturity (their TRL); (7) an understanding of DO-178C development requirements; and (8) Operations Security and familiarity with Anti-Tamper techniques and requirements. Provide a brief description of how your company meets these capabilities and a statement describing your company's business size (large or small), and its DUNS number. Respondents to this RFI should provide technical information, and development, production, and life cycle support cost data for systems and/or products that will meet the requirements stated above and information regarding the availability and cost of data rights. THIS IS A REQUEST FOR INFORMATION ONLY. It is NOT a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the Government will contract for the items contained in the RFI. Respondents submit information at their own risk; submission of a response to this request will NOT obligate the Government in any manner. The Government will NOT reimburse the respondent for information provided in response to this RFI. Proprietary or restricted information should be marked appropriately. The Government will protect all proprietary or restricted information contained in your RFI response. The Government requests that you submit your response in a Microsoft® Word or compatible format document in no more than ten single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Please submit the response by e-mail to Ms. Mary Dodds at mary.dodds@navy.mil. Ms Dodds' phone number is (301) 757-7083. Responses to this RFI are requested by 31 January 2013. Please insert in the subject line of any emails "JPALS MMR RFI response".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/JPALSCAPMMR20DEC12/listing.html)
- Record
- SN02953467-W 20121222/121220235227-9d859da0f8e13ab1c8fc56fa901310e8 (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 |