Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2017 FBO #5780
SOURCES SOUGHT

16 -- H-1 Upgrade Multi-Function Display and Radio Receiver-Transmitter Request for Information

Notice Date
9/18/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N00019-18-PMA-276-0178
 
Archive Date
11/18/2017
 
Point of Contact
Kelly S Chism, Phone: 301-757-0929, Jeanette A Moronta, Phone: 301-757-7097
 
E-Mail Address
kelly.chism@navy.mil, jeanette.moronta@navy.mil
(kelly.chism@navy.mil, jeanette.moronta@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
H-1 Upgrade Multi-Function Display (MFD), Radio Receiver-Transmitter (RT), and Associated Support Equipment - Request for Information THIS REQUEST FOR INFORMATION IS FOR INFORMATION PURPOSES ONLY. The Naval Air Systems Command (NAVAIR) intends to perform market research in support of an Active Matrix Liquid Crystal Display Multi-Function Display - Tech Refresh (MFD-TR) system, and a Radio Receiver-Transmitter for use in the USMC UH-1Y and AH-1Z aircraft. The purpose of this request for information is to identify candidate systems that meet the Government's requirements as reflected in this announcement. Candidates should submit a capabilities statement package as set forth below. THE PURPOSE OF THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. FURTHER, THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT. NO CONTRACT SHALL BE AWARDED BASED ON RESPONSES TO THIS REQUEST FOR INFORMATION. The applicable North American Industrial Classification System (NAICS) code for this requirement is 336413. All small businesses that meet the requirements are encouraged to respond. The Government requires non-developmental items that can be seamlessly integrated into the UH-1Y and AH-1Z aircraft to provide required capabilities. The goal is to deliver fully qualified units to retrofit aircraft currently in the fleet within four (4) months after receipt of order (ARO). The Government's preference is to buy both items concurrently over a four-year period. The scope of work is for: • MFD-TR systems (quantity approximately 350 shipsets, with 4 MFD-TR systems per shipset) • RT-2039/ARC Radio Receiver-Transmitters or their equivalent (quantity approximately 140) • Support equipment, spares, repair parts, technical manuals, training, and logistical, engineering, and field technical support for both the MFD-TR systems and RT-2039/ARC Radio Receiver-Transmitters or their equivalent 2.0 REQUIREMENTS The Government requires responses to this Sources Sought be focused on the following requirements. 2.1 GENERAL • The Candidate shall have successful Department of Navy (DoN) rotary wing operational experience, manufacturing, sustaining engineering and logistics support in place. 2.2 MFD-TR • The MFD-TR shall be subjected to pre-production testing or shall be substantiated for operation in the DoN helicopter environment. The MFD-TR shall be capable of displaying the full range of video and graphics functions in the AH andUH-1 platforms. • The MFD-TR shall maintain the same form factor and platform mounting and interface configuration as the MFD currently in use. o The MFD-TR hardware shall not exceed 10.20 inches (width) by 4.34 inches (depth, including connectors) by 8.20 inches (height). • The MFD-TR shall be powered from 22.0 to 29.0 VDC aircraft supply. • The MFD-TR shall not exceed 13.7 pounds total weight. • The MFD-TR shall have a reliability of greater than 4,000 hours Mean Time Between Failure (MTBF). • The MFD-TR shall utilize the same connection interface for cooling as the MFD currently installed. • The MFD-TR shall meet all display and bezel lighting criteria specified in MIL-L-85762A and shall support the same display formats. • The electromagnetic interference characteristics of the MFD-TR shall meet the requirements of aircraft MIL-STD-464A. • The MFD-TR shall meet the environmental requirements of the AH-1Z and UH-1Y. • The MFD-TR shall not require any new Support Equipment or Peculiar Support Equipment. • The MFD-TR shall utilize only MIL-C-38999, Series 3 for aircraft harness interface connectors and test connectors. • The MFD-TR shall demonstrate MIL-STD-704D (or equivalent) compliance. • The MFD-TR shall demonstrate MIL-STD-810G (or equivalent) compliance. • The MFD-TR shall demonstrate MIL-STD-461F (or equivalent) compliance. • The MFD-TR shall possess an LED backlight. 2.3 RT-2039/ARC Radio Receiver-Transmitter or equivalent • RT-2039/ARC Radio Receiver-Transmitter or equivalent shall be TRL-9. • An equivalent Radio Receiver-Transmitter shall have the same form factor, weight, power, electrical interfaces, connector locations, and functional characteristics as the RT-2039/ARC Radio Receiver-Transmitter. 2.4 Support Equipment for the RT-2039/ARC Radio Receiver-Transmitter • Support equipment shall include a handheld receiver-transmitter (quantity approximately 45) and handheld receiver (quantity approximately 10) capable of operating in the same frequency bands and with the same waveforms as the RT-2039/ARC Radio Receiver-Transmitter. • The handheld receiver-transmitter and handheld receiver shall enable viewing of video without the use of a laptop. • The handheld receiver-transmitter shall be capable of sending sample video to the RT-2039/ARC Radio Receiver-Transmitter. • The handheld receiver-transmitter and handheld receiver shall be TRL-9. • The handheld receiver-transmitter and handheld receiver shall be capable of enabling AES-256 encryption/decryption. 3.0 RESPONSES Interested businesses should submit a brief capabilities statement package (not to exceed 10 pages) demonstrating ability to provide the requirements listed in this Sources Sought and any additional system capabilities. The capabilities statement package should include: 1. Company information, including name, address, and URL; 2. Indication if the company is a manufacturer or a distributor; 3. A point of contact for follow-up information (phone number and email address); 4. Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system total weight, demonstration of TRL-9 maturity, system flight qualification verification and test results, quantities and points of contact for any currently fielded systems and information on how long systems have been fielded and list on what aircraft platform ; 5. Please indicate the level of training and user support that is available; 6. Lead time for ordering and delivery; 7. Methodologies of addressing obsolescence and any product risks. 8. If a commercial product, provide commerciality justification. 9. Indicate if any constituent components are from a foreign vendor or require foreign maintenance. 10. Describe maintenance philosophy, options and repair turnaround time. 11. Indicate if any data to support integration and maintenance is other than unlimited or Government purpose rights. All information received will be treated as public knowledge; therefore, vendors should not submit proprietary information in response to this Sources Sought. Classified material SHALL NOT be submitted. Interested companies should indicate whether or not they are a small, 8(a), WOSB, HUBZone, or SDVOSB business based on the applicable NAICS Code and corresponding size standard. Information provided herein is subject to change and 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 website located at http://www.fbo.gov. It is the potential offeror's responsibility to monitor Federal Business Opportunities for the release of any follow-on information. Companies shall submit capability statements responses by e-mail to Kelly Chism, NAVAIR contract specialist, kelly.chism@navy.mil, 301-757-0929. The Government will not accept questions to this Sources Sought. Responses to this Sources Sought are to be submitted by noon, Eastern Standard Time (EST) NLT 3 November 2017. 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 submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-PMA-276-0178/listing.html)
 
Record
SN04682352-W 20170920/170918231731-8647802d95058bc4a2021636d8d7dfab (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.