SOLICITATION NOTICE
16 -- Follow-on Full Rate Production of the Advanced Multi-Purpose Color Display (AMPCD) for the F/A-18C/D and AV-8B
- Notice Date
- 11/18/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00019-02-R-3225-FINAL
- Point of Contact
- Doris Peters, Contract Specialist, Phone 301-757-5908, Fax 301-757-5956, - Maureen Bernard, Contract Specialist, Phone 301-757-5899, Fax 301-757-5946,
- E-Mail Address
-
petersda2@navair.navy.mil, bernardm@navair.navy.mil
- Description
- The Naval Air Systems Command Headquarters, Air Combat Electronics Program Office (PMA209) intends to procure by full and open competition the follow-on production contract to meet the 2004 and subsequent procurements of the ID-2575/AYQ-25(V) Advanced Multipurpose Color Display (AMPCD), the replacement for the existing Multipurpose Color Display (MPCD) installed in the AV-8B and F/A-18C/D. The AMPCD is a form, fit, and function interface replacement to the existing MPCD and utilizes Advanced Matrix Liquid Crystal Display (AMLCD) technology. This procurement is currently supported by an Organizational to OEM maintenance philosophy but may eventually require organic depot support. The subject contract will cover a one-year base period plus four one-year option periods. The North American Industry Classification Systems (NAICS) code for the supplies and services anticipated herein is 334511, Flight and Navigation Sensors, Transmitters, and Displays Manufacturing. The projected procurement quantity range is 50 - 1000 units over the total potential five-year period, plus the associated equipment and documentation. The type of contract to be awarded shall be Firm Fixed Price, and the required delivery of these units shall be not greater than 13 months after award/exercise of option at an approximate average rate of 14 per month. Deliveries shall be received at designated government facilities throughout CONUS. The program associated with the subject solicitation is currently a part of an Engineering and Manufacturing Development (EMD) sole source contract with McDonnell Douglas/Boeing for the development of the Advanced Mission Computer and Displays (AMC&D). (NAVAIR contract N00019-00-C-0307). The AMC&D will replace the corresponding legacy systems in the F/A-18 and AV-8B. For the initial Full Rate Production (FRP) of the Advanced Multi-Purpose Color Display (AMPCD), developed by Boeing in concert with its suppliers, a sole source contract is being negotiated with Honeywell, Defense Avionics Systems. Interested sources who intend to compete for this solicitation must be able to demonstrate their ability to: satisfy existing program form, fit, function, and interface (F3I) requirements for both F/A-18C/D and AV-8B; provide formal test results to demonstrate that the product meets all operational, environmental and reliability requirements, meet the targeted systems availability for flight test in fiscal year 2003 and delivery in fiscal year 2004; and deliver production units which meet all contract requirements to support the existing platforms integration schedules. Minimum capabilities should include: Day, Night and Night Vision Imaging System (NVIS) capability, test schedules for qualification and reliability demonstration testing, logistics support and affordable readiness concepts, reliability predictions that shows how the product will meet an MTBF of 2500 hours or greater, warranty proposals, Built-In-Test predictions to include performance projections and actuals, past experience with similar products, quality assurance program description, parts selection and control process, software and hardware configuration control process, and manufacturing capacity. Criteria for proposals received in response to this solicitation will be available in Section L of the forthcoming Request For Proposal (RFP). Evaluation criteria for the solicitation will be available in Section M of the forthcoming RFP. NAVAIR intends to conduct the evaluation of proposals in two phases. The first phase will consist of written proposals as well as an oral presentation that demonstrates a physical representation of the proposed display unit. After evaluations have been conducted, the Navy intends to down-select to no more than two (2) responsible offerors who have best demonstrated the capability to produce the displays in accordance with the performance specification and the stated evaluation criteria. In Phase II of the evaluation period, the two down-selected offerors will participate in a fly-off for final technical evaluation that will assess the actual performance of their production representative displays in Naval aircraft platforms. The offeror whose display represents the best value to the Government in accordance with the evaluation criteria specified shall be awarded a contract for the follow-on full rate production. It is anticipated that contact award shall take place in or around November 2003. NAVAIR intends to use Non-Government personnel in the source selection for this effort. Non-Government personnel will have the need to access proposals in order to support evaluation and selection for the Government. Therefore, before an award, it may be necessary for the solicited company to enter into non-disclosure agreements with these individual companies. A prerequisite for receiving a contract award will be registration in DOD's Central Contractor Registration (CCR) database. All responsible sources may submit a proposal that shall be considered by this agency. Questions with regards to this solicitation shall be addressed by electronic mail only to Dee Peters at :petersda2@navair.navy.mil; no phone calls or faxes please. Proposals in response to this solicitation shall be received at the following address no later than 3 p.m. EST on 8 April 2003. See Note 26
- Record
- SN00206772-W 20021120/021118213402 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |