SOURCES SOUGHT
70 -- GPS WAYPOINT SEQUENCE BUILDING SOFTWARE PROGRAM FOR F-5 AIRCRAFT
- Notice Date
- 9/23/2024 10:00:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421GPS2
- Response Due
- 10/8/2024 8:00:00 AM
- Archive Date
- 10/23/2024
- Point of Contact
- Shandra G. Schultz, CATRINA FARRELL
- E-Mail Address
-
shandra.g.schultz.civ@us.navy.mil, catrina.m.farrell.civ@us.navy.mil
(shandra.g.schultz.civ@us.navy.mil, catrina.m.farrell.civ@us.navy.mil)
- Description
- Background The Naval Air Systems Command (NAVAIR), PMA-226 Specialized and Proven Aircraft, Adversary Integrated Product Team (IPT), is considering procurement of an updated Global Positioning System (GPS) Waypoint Sequence Building software program to replace the current program in use, which operates on Windows XP and has fallen into obsolescence. The GPS Waypoint Sequences are created in the software program, exported as a comma separated values (.CSV) file, transported to the aircraft with a Universal Serial Bus (USB) flash drive, and then uploaded to the cockpit display unit (CDU). Two (2) different CDU variants are used across F-5 aircraft. They are form-fit-function equivalents of one another, but they have different internal components and utilize different operating systems. A new GPS Waypoint Sequence Building software program will operate on a standalone (no internet connection) Government-furnished Windows 11 computer and export sequence data that is compatible with both versions of the CDU. That file will be transferred to the aircraft via a secured USB device. The purpose of this Sources Sought is to query industry for options to develop a new GPS Waypoint Sequence Building software program that operates on a standalone Windows 11 computer and exports sequence data that is compatible with both CDUs currently in use in F-5 aircraft. Requirement Statement The Contractor shall provide a Rough Order of Magnitude (ROM) and notional schedule for development of a new GPS Waypoint Sequence Building software program that is compatible with both CDU variants. The program will allow the user to do at least the following: Edit individual GPS waypoints Build and save multiple sequences consisting of user-defined GPS waypoints which can be added or removed via map interactions Choose to preview the selected sequence(s) over satellite maps and/or flight charts Create sequences from DD-175 compliant flight plan text using Common Instrument Flight Procedures (CIFP) files Display obstructions using FAA Digital Obstruction Files (DOF) on the map Update the CIFP and DOF files when the FAA releases new versions Use the World Magnet Model (WMM) coefficient files to calculate magnetic variation Analyze planned routes for vulnerability to both blue and red radar systems Rehearse planned routes in a 2D or 3D virtual environment The Contractor shall describe its methodology to provide periodic updates to the software program�s GPS database. The Contractor shall prepare and provide training materials and events for the end users of the program. The Contractor shall provide details of the proposed secure USB device to be used for data transfer between the standalone computer and the aircraft. Non-recurring engineering (NRE) shall include incorporation of Application Security and Development (AS&D) and any other applicable Security Technical Implementation Guides (STIGs), HP Fortify code scan, and will scan the software programs for known vulnerabilities using Nessus Tenable or a similar program in accordance with Navy Risk Management Framework (RMF) requirements. The Contractor shall provide details of its hardware testing capabilities to aid development of the new sequence-building program and can expect to have access to the Government-furnished computer, both CDU variants and relevant technical data after receipt of award. The Contractor�s ROM shall include on-site support for validation and verification of software installation. Schedule information shall define component or system lead-time After Receipt of Order (ARO). Anticipated Period of Performance (PoP) NRE is anticipated to complete no more than six (6) weeks from the date of receipt of award. The anticipated total PoP is six (6) months from the date of receipt of award. Estimated Quantities The Government requires a software installation package for four (4) stand-alone windows 10 computers. Capability Statement Requested Capability statements in response to this Sources Sought must be electronically submitted in either Microsoft Word or Portable Document Format (PDF) via email to Ms. Shandra Schultz, shandra.g.schultz.civ@us.navy.mil and Ms. Catrina Farrell, catrina.m.farrell.civ@us.navy.mil. The deadline for capability statement submission is 08 October 2024 at 5:00 PM EST. It is requested that interested, capable, and qualified anti-skid system and/or component vendors submit a capability statement (no more than 10 pages in length, single spaced, and 12-point font minimum). The statement must address, at a minimum, the stated requirements as described above, and: Briefly identify your company�s experience in performing work of similar size and scope. Respondents to this notice must also indicate whether they are a large business or qualify as a Small Business concern, Veteran-owned Small Business Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concerns or Service- Disabled Veteran-Owned Small Business Concern. If your company intends to team with a qualified subcontractor, please provide an explanation of your company�s ability to perform at least 50% of the cost of the contract performance. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Class Deviation 2020-O0008 Revision 2, the Offeror/Contractor agrees in performance of the Delivery Order in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. What specific technical skills does your company possess which ensures capability to perform the tasks? ****************************************************************************** All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e8877c0b6ead4b558c4df75e3c8d5a0e/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Record
- SN07221802-F 20240925/240923230119 (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 |