Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SOURCES SOUGHT

16 -- F/A-18 CPOMS CPA Firmware Updates

Notice Date
8/31/2023 8:49:27 AM
 
Notice Type
Sources Sought
 
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
N00019-23-RFPREQ-TPM265-0956
 
Response Due
9/15/2023 9:00:00 AM
 
Archive Date
09/30/2023
 
Point of Contact
Shoaibur R. Qureshi, Phone: 3018488753, Reannda Bill, Phone: 3013427856
 
E-Mail Address
shoaibur.r.qureshi.civ@us.navy.mil, reannda.l.bill.civ@us.navy.mil
(shoaibur.r.qureshi.civ@us.navy.mil, reannda.l.bill.civ@us.navy.mil)
 
Description
This announcement constitutes a Request for Information (RFI) to identify potential sources for the procurement of dimming curve firmware updates for an estimate of 320 Cabin Pressure and On-Board Oxygen Generating Monitoring System (CPOMS) Cabin Pressure Altimeter (CPA) (part number ASI9121) units, new labels for the updated units, ready for issue (RFI) testing of units, and options for major/minor repairs for units not RFI. This is not a Request for Proposal (RFP). Firms that can provide for the USN�s requirements as described below are encouraged to identify themselves. The ASI9121 CPA is the central component of the CPOMS. All external sensors interface to this device. The CPA provides the pilot with pressurization and system status data to ensure a safe flight. The system records all sensor data as well as any Built in Test (BIT) faults obtained during flight. The CPA is the central component that collects and stores sensor and in-flight data for post mission retrieval. The CPA software, which provides this functionality, is embedded within the CPA. Mercury Systems Inc., as a supplier to Boeing, is the Original Equipment Manufacturer; developed the firmware update; and has the existing infrastructure, facilities, and equipment to flash the upgrade. Vendors interested in responding to the RFI shall provide a one to two-page overview statement addressing the following: 1) Brief statement of interest/capabilities, including similar work completed, and 2) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, pricing, testing documentation, brochures and/or any other documentation that describes the capabilities, interfaces, and specifications. Responses shall be submitted electronically to the e-mail address provided below. Responses are requested by 15 September 2023. Earliest possible response is encouraged. Responses will be reviewed, and additional information may be requested from individual vendors, if desired by the Government. This RFI does not constitute a commitment from the Government to issue a solicitation, make an award or awards, or be responsible for any monies expended by any interested party in support of the effort described above. The Government reserves the right to review and use the data submitted at its own discretion. Upon request, the Government will protect proprietary information from unwanted disclosure. Any such requests shall be submitted with the statement of capabilities. Send a copy of the response to: Shoaibur Qureshi, V223312, shoaibur.r.qureshi.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53b84e9120154ef28e0d0df15485af08/view)
 
Place of Performance
Address: Andover, MA 01810, USA
Zip Code: 01810
Country: USA
 
Record
SN06815969-F 20230902/230831230107 (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 |
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.