SOURCES SOUGHT
58 -- Request for Information (RFI) UH-1Y and AH-1Z Rapid Link-16 Deployment
- Notice Date
- 5/18/2020 10:26:48 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-276-0151
- Response Due
- 6/18/2020 8:59:00 PM
- Archive Date
- 07/03/2020
- Point of Contact
- Heather A Klasmeyer, Phone: 301-757-9417, Jeanette A Moronta, Phone: 301-995-2821
- E-Mail Address
-
heather.klasmeyer@navy.mil, jeanette.moronta@navy.mil
(heather.klasmeyer@navy.mil, jeanette.moronta@navy.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� UNCLASSIFIED 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 BETA SAM WEBSITE AT HTTPS://BETA.SAM.GOV.� IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT.� The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to procure Rapid Link-16 Deployment for the Marine Corps UH-1Y and AH-1Z Aircraft in accordance with the statutory authority permitting other than full and open competition under 10 U.S.C 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii), in that Northrop Grumman is the only responsible source and no other supplies or services will satisfy Marine Corps requirements.� The anticipated contract action will be a hybrid of fixed price type and cost reimbursement type contract line item numbers (CLINs) for a base period plus options.� The options will procure Link-16 hardware kits (including associated software integration), kit installation, maintenance and operator training, logistics support, non-recurring engineering, system engineering, program management and technical, financial and administrative documents. The anticipated contract action will provide an integrated Link-16 capability, consisting of a military tactical data link, and adaptive networking wideband waveform, ethernet, multi-level security domain, radio frequency identification, digital moving map, common Marine ground network gateway, and transmit and receive motion video. The contract action is intended to permanently install and integrate Link-16 capability to access data on well defined, widely deployed airborne networks, and provide performance, reliability, and pilot usability improvements.� To support a potential full fleet retrofit, the UH-1Y and AH-1Z Link-16 will be compatible with all fielded aircraft configurations.� The system installation will require permanent modifications to the airframe.� Aircraft interfaces shall include sensor video, audio, power, mission computer, and Master Aircraft Zeroize capability. The following performance requirements are required for Rapid Link-16 Deployment: The system shall be expected to be primarily non-developmental items due to schedule requirements.� The system shall separate all classified and unclassified data by a Government approved method. The system shall utilize a data transfer system to handle mission data loading and data recording with mass storage capability. The system shall replace the existing moving map system with a software instantiation of a similar moving map capability. The system shall be fully integrated within the existing H-1 Integrated Avionics System (IAS) to include the mission computer. The system shall replace the existing video recorder capability by recording sensor video and audio to mass storage of the data transfer system. The system shall transmit and receive messages from Advanced Network Wideband Waveform, USMC approved gateway, and existing tactical interface systems. The system shall transmit and receive Link-16 messages to/from capable platforms utilizing approved systems. The system shall utilize functional displays as the primary interface for control and monitoring for all Link-16 and mesh networking functionality. The system shall enable secure communications across data links. The system shall be fully operational during and after exposure to electromagnetic environmental effects. The system shall operate within the constraints of available aircraft electrical power. The system shall be integrated within the constraints of available aircraft space. The system shall be designed with open architecture to allow future addition of transmitting full motion video and receiving capabilities. Deliverables under this contract shall be comprised of retrofit hardware kits to include production, training assets, test assets, support equipment, and associated components, integrated software, kit installation, engineering and logistics analysis and support, on-site engineering, non-recurring engineering, system engineering, configuration management, training support, program management, and associated technical, administrative and financial documentation. The candidate shall be expected to handle and facilitate up to collateral Secret information. �The candidate shall have successful operational experience, manufacturing, and sustaining engineering support in place as well as have experience integrating capabilities in all H-1 aircraft configurations. Northrop Grumman Corporation (NGC) is the only source capable of manufacturing/assembling/delivering and installing the Link-16 hardware and associated integration software that meet the fleet user requirements within the compressed schedule timeline required to meet the Marine Corps operational requirements.� The rapid capability deployment schedule is expected to provide retrofit kits and installations on fleet UH-1Y and AH-1Z aircraft starting in December 2021.� � Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. �Interested businesses/parties should submit a brief capabilities statement (not to exceed 20 pages) demonstrating their ability to provide the requirements listed in this RFI and any additional system capabilities.� The capabilities statement should include: 1. Company information, including name, address, and URL, 2. whether 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, 5. Please indicate the level of training and user support that is available, 6. Lead time for ordering and delivery, and 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. �This RFI notice is not a request for proposals.� Capabilities statements should be submitted within 25 days after date of publication, to the maximum extent practicable.� A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ���������� �����������������������������������������������������������������������UNCLASSIFIED
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/50ef4b531470499e84626447817b0166/view)
- Record
- SN05661698-F 20200520/200518230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |