SOURCES SOUGHT
16 -- Request for Information (RFI): H-1 Helmet Mounted Display (HMD)
- Notice Date
- 11/3/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-P2-PMA-276-0129
- Archive Date
- 12/4/2015
- Point of Contact
- Louise M.H. Joy, Phone: (301) 757-5287
- E-Mail Address
-
louise.joy@navy.mil
(louise.joy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 DESCRIPTION The Naval Air Systems Command (NAVAIR) in support of the H-1 Program Office (PMA-276) is seeking information from industry for a Helmet Mounted Display (HMD) system which is required on the United States Marine Corps AH-1Z and UH-1Y aircraft. The design of the HMD system shall be capable of displaying flight critical situational awareness symbology in addition to weapons control symbology and shall be capable of off-axis tracking. The HMD design shall be a non-developmental HMD system that can be fully integrated into the AH-1Z and UH-1Y aircraft with maximum utilization of infrastructure and platform integration elements that already exist. The goal is to deliver HMD capability to fleet deployed H-1 helicopters in 24 months. As a result of this RFI, the Government expects to receive responses from interested and capable sources in the form of concept summary paper containing a description of the technical data defining the proposed concepts. The concept summary paper shall be written from a system solution perspective showing how the concept and development methodology could satisfy the above stated requirements. Each summary paper should include a top level description of the proposed HMD system. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 2.0 BACKGROUND The Government is soliciting information on industry's ability to provide a HMD system for the USMC H-1 aircraft. The Government intends to utilize the responses to determine what is available in the marketplace to complete the performance specification. The respondent should address its ability to perform each of the following and include a response to each of the specific attributes identified below. The following attributes are desired in the HMD system: • A non-developmental, fully qualified system, able to be integrated and tested by June 2018. • All system software shall be compliant with the Future Airborne Capable Environment, (FACE) Technical Standard, edition 1.0, version 2.9, or subsequent (https://www.opengroup.us/face). • Shall not require personalized helmet. • Shall not require peculiar support equipment. • Shall allow for Fleet Marines to load all software through a common software fill port with the organic Navy memory loader verifier set. • Boresight Reticle Unit shall be compatible with Aircraft Boresighting Equipment, (ABE). • Shall provide boresight capability while in flight. • Operational Availability (Ao) shall be > 0.90. • Repair Turn Around Time (TAT) shall be < 45 days. • Data license equivalent to a Government Purpose Rights license on all source code utilized in the system. • Flexible software integration based upon advanced partitioned code and compatible with VX WORX. and/or Integrity RTOS. All processing functionality able to be delivered as a software module that can be hosted on existing mission processors (preferred), or a card-based solution that can be hosted in existing mission processors. • System shall be dual-redundant to retain full system functionality at each pilot station in the event of a single station failure. • The HMD shall be capable of 24 hour mission use (day to night and night to day hot swappable without resetting systems) while in flight. • Common day and night optics preferred. Minimal cockpit stowage footprint for day and night optics if separate. • Shall be capable of using existing collective switches for brightness control and de-cluttering. • Shall utilize existing ANVIS NVG technology. • Shall be compatible with AR5 and JSAM chemical and biological protective ensemble. • System shall be common for the AH-1Z and UH-1Y. • Vendor shall internally manage and fund all obsolescence efforts until 2028 or 10 years after initial fleet fielding, whichever comes later. • Shall provide interfaces with RS-232/422, MIL-STD 1553 data bus and 10/100/1000 Base T Ethernet standards for future growth. • Shall be compliant with MIL-STD-461F. • Shall be compliant with MIL-STD-704F. • Shall be compliant with MIL-STD-810G. • Shall operate on 28 Volts DC power and require no more than 170 Watts of power to operate. • Aircraft system integration weight shall not exceed 48 lbs. • If not software based, maximum individual WRA size shall not exceed 600 cubic inches total. • If not software based, constraint of largest WRA is that one dimension shall not exceed 6.00" • System (displays and helmet) shall meet, as a minimum, the SOF requirements of the HGU-84/P (as defined in the HGU-84/P specification). • System shall allow 99th percentile pilot sufficient clearance in both H-1 cockpits. • Helmet tracking shall provide weapons aiming data in accordance with current specifications. • Helmet display shall provide day and night aircraft state symbology, (heading, attitude, altitude, airspeed, nav data, master caution, etc.). • Helmet tracking shall provide day and night control of off axis gun. • Shall provide day and night weapons control symbology for unguided rocket delivery data, APKWS delivery data, hellfire missile data, AIM-9 missile data, on axis (fixed) gun data. • Shall allow potential for growth in night vision performance as industry standards improve. • System display shall allow for multiple symbology de-clutter levels. Not more than 22 system sets should be required for lab testing and integration testing. The system shall be producible in adequate quantities to allow production installations at a rate of up to 32 aircraft per year and retrofits up to 40 aircraft per year. A total aircraft quantity of 349 plus spares and potential FMS cases is anticipated. 3.0 REQUESTED INFORMATION NAVAIR expects to receive from each respondent a concept summary, which contains a detailed description of the HMD product and supporting technical data. The HMD system summary shall be written from a system solution perspective showing how the HMD system will satisfy the requirements identified above for the H-1 as well as the numbered requirements below. Prospective offerors should be able to work with the Government and the aircraft manufacturer to integrate the proposed system into the H-1 program. Each concept summary should address how the proposed solution meets the following requirements: 1. Description of the proposed system 2. End product physical and performance technical data 3. How the proposed system meets the performance requirements stated above 4. Reliability and maintainability, and affordability characteristics 5. Integration/interface methodology 6. Technology insertion opportunities 7. Options for life-cycle sustainment support utilizing existing commercial and/or Government (Department of Defense (DOD)) infrastructure. 8. Rough Order of Magnitude (ROM) Costs for design, development and kit. 4.0 RESPONSES Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data - Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All responses must include a statement which clearly allows for the information to be disclosed with covered Government support customers. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. All responses must be submitted to Ms. Louise Joy (louise.joy@navy.mil) no later than 5:00 PM Eastern Daylight Time (EDT) 11/19/2015. The responses shall include the following information to verify credentials (do not submit classified information): 1. A description of HMD system 2. CAGE code 3. POC to receive additional information or clarification 4. POC to permit NAVAIR to obtain additional data to support analysis Responses should be delivered to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: LOUISE JOY (AIR-2.3.1.3.5) 21936 BUNDY ROAD, BLDG 442 PATUXENT RIVER, MD 20670-1547 Ms. Joy's phone number is (301) 757-5287 and the email address is louise.joy@navy.mil. Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 75 pages, and must be in English. All responses should be Unclassified 5.0 QUESTIONS Any unclassified questions regarding this RFI can be directed to Ms. Louise Joy (louise.joy@navy.mil) at (301) 757-5287. 6.0 SUMMARY THIS IS A REQUEST FOR INFORMATION ONLY TO IDENTIFY SOURCES THAT CAN PROVIDE A HMD SYSTEM FOR THE AH-1Z AND UH-1Y AIRCRAFT. THE INFORMATION PROVIDED IN THE RFI IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THE GOVERNMENT HAS NOT MADE A COMMITMENT TO PROCURE ANY OF THE ITEMS DISCUSSED, AND RELEASE OF THIS RFI SHOULD NOT BE CONSTRUED AS SUCH A COMMITMENT OR AS AUTHORIZATION TO INCUR COST FOR WHICH REIMBURSEMENT WOULD BE REQUIRED OR SOUGHT. ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-15-P2-PMA-276-0129/listing.html)
- Record
- SN03937219-W 20151105/151103234725-1e1308cb14b0e17ee08f9faad5497699 (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 |