SOLICITATION NOTICE
16 -- Request for Information (RFI): V-22 Helmet Mounted Display (HMD) Draft Solicitation and Government Furnished Information (GFI) for Industry Comment
- Notice Date
- 7/21/2020 2:17:54 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- RFI-20-RFPREQ-PMA-275-0155
- Response Due
- 8/4/2020 2:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- Denise V. Thompson, Kady M. Harris
- E-Mail Address
-
denise.thompson@navy.mil, kady.harris@navy.mil
(denise.thompson@navy.mil, kady.harris@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking feedback from industry on a draft potential requirement for Degraded Visual Environment Helmet Mounted Display System (DVE/HMD) integrated processing capabilities.� Please see www.beta.sam.gov for previous Requests For Information (RFI) issued by NAVAIR: Enhanced Helmet Display and HMD Integrated Processing Capabilities dated 14 Aug 2019 and V-22 Helmet Mounted Display (HMD) Draft SOW and SPEC for Industry Comment dated 27 April 2020. THIS ANNOUNCEMENT CONSTITUTES A REQUEST FOR INFORMATION (RFI). �THIS RFI IS ISSUED AS MARKET RESEARCH 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 RFI DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. �THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY.� THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. 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 NOTICE. �ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF THE 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 SYSTEM FOR AWARD MANAGEMENT (SAM) WEBSITE. �IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. The Naval Air Systems Command, V-22 Joint Program Office (PMA-275), provides life cycle management for the MV-22, CV-22, CMV-22 and V-22 Foreign Military Sales (FMS).� As new technologies become available, upgrades to the fielded systems are incorporated in the aircraft to maintain the highest degree of operational capability possible for operational forces. The Naval Air Systems Command has initiated a program, Enhanced Visual Acuity (EVA), to develop a replacement for the currently fielded night vision system with a helmet mounted, digital night vision sensor and embedded display for both day and night use.��� The V-22 program is seeking information regarding potential integration of EVA capability with existing mission systems avionics.� Anticipated modifications include incorporation of a helmet/head tracker, modification/replacement of existing HMD signal processor, and incorporation of software to provide synthetic vision symbology. The objective of the HMD Integration requirement is to award a contract to fully develop, integrate and install the HMD system in MV-22 aircraft configured with Mission Computer Obsolescence Initiative (MCOI) Integrated Avionics Processors (IAPs) and Integrated ASE. The HMD Integration contract shall provide the V-22 Non-Recurring Engineering (NRE), Test and Evaluation, Product Support, System Engineering and Program Management, and Production/Installation. For the purpose of this RFI, the Government is interested in receiving comments and feedback from industry on a DRAFT Solicitation under Full and Open Competition for this potential requirement (see paragraph 5.0 for information on obtaining the Draft Solicitation and Government Furnished Information (GFI) package. The following documents are part of the draft Solicitation package for comment: Draft Solicitation / Request for Proposal (Sections A-M) Section J Draft Attachments Attachment (1) MV-22 DVE/HMD System Development Statement of Work, dated 26 March 2020 Attachment (2) Performance Specification System Specification for the MV-22 DVE/HMD System, dated 8 April 2020 Attachment (3), Government Furnished Equipment List, dated 8 July 2020 Attachment (4) Government Furnished Information List, dated 8 July 2020 Attachment (5) Software Metrics Plan, dated 23 March 2012 Attachment (6) Small Business Subcontracting Plan (Offeror submittal) Attachment (7) Level of Rigor (LOR) Table with DO-178 Mapping, dated 10 Dec 2019 The USG requests the contractor identify areas of technical risk that drive project cost and schedule, and areas where the requirements need clarification to support eventual proposal. Please pay special attention to the following requirements: 1. Helmet Tracker Line of Sight accuracy, as defined in Spec HMDS-7.1. 2. Latency, as defined in Spec HMDS-3. 3. Alternate display requirements defined in HMDS-14, 14.1, 14.2, 14.3.� Please review for completeness and provide feedback that identifies where requirements are not sufficient to support a proposal. 4. �Requirements of SOW paragraph 3.3.4 Retrofit.� Provide feedback on the GFI required to complete the tasking of this paragraph. 5. Areas of technical uncertainty that without further definition would cause significant cost risk under a Fixed Price contract type. 6. EVA integration, as defined in Spec HMDS-8.2 and PMA 202-ICD-19-01. Letter of Intent (LOI). Responding parties must submit an unclassified LOI not to exceed five (5) pages with the information below to Denise Thompson (Denise.Thompson@navy.mil) and CAPT Kylie Williamson (Kylie.Williamson@navy.mil). Interested parties must first submit a Letter of Intent (LOI) and supporting documentation required to obtain authorization to receive the draft solicitation and GFI associated with this effort. GFI shall be provided to interested sources upon authorization of LOI and supporting documents by PMA-275. The LOI shall include the following information to verify credentials (do not submit classified information): An UNCLASSIFIED description of the respondent�s general capabilities to support this effort. CAGE code, DUNS Number, and mailing address Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.� POC information and e-mail address to receive the documents package POC to receive additional information or clarification � RESPONSES ARE DUE NO LATER THAN 5:00 PM EDT 04 AUGUST 2020.� Questions, comments, or other feedback should be submitted in writing electronically to NAVAIR Contracts, Denise Thompson and Kady Harris via email at Denise.Thompson@navy.mil and Kady.Harris@navy.mil and PMA-275 IPT, CAPT Kylie Williamson and Joseph Bell via email at Kylie.Williamson@navy.mil and Joeseph.Bell@navy.mil. All requests for information must be made in writing via email.� Telephone requests for additional information will not be honored.� All questions and answers regarding this RFI may be posted as updates to this notice.� The Government reserves the right to not address questions received after the timeframes posted in this notice. The Government�s intent is to receive and review industry feedback and schedule conferences for individual informational sessions upon request. If your company desires to schedule a conference with NAVAIR representatives, please indicate within the written response. Upon request, NAVAIR will (1) provide an Industry Conference Brief, and (2) schedule conferences to be held during the time period of 05 AUGUST 2020 � 14 AUGUST 2020. All answers to questions that provide clarifications to the posted potential requirement will be provided as an update to this notice. Data Markings.� Respondents that include data in their response with restrictions on disclosure or use should refer to the marking instructions at FAR 52.215-1(e). 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.� 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/061d7095191549059bf029ff4d099ef9/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN05727851-F 20200723/200721230151 (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 |