Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOURCES SOUGHT

16 -- F-16 Cockpit Display Unit

Notice Date
2/13/2007
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NGB DET 11, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
 
ZIP Code
85706
 
Solicitation Number
W912L2-07-H9905
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
Small Business Set-Aside
N/A
 
Description
As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3 --Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the informatio n solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying information on F-16 Cockpit Display Unit that have already been developed or may be modified from other Aerospace Industry solutions to meet the agency requirement as listed below: AATC is conducting an effort to determine potential sources for an additional cockpit display unit for Air National Guard (ANG) and Air Force Reserve Command (AFRC) F-16C Block (25, 30, 32) aircraft to support imagery transfer to the ARC-210 radio. This a nnouncement is for market research and does not constitute an RFP. AATC is seeking contractors who are interested in providing an affordable cockpit display unit and computer using the latest Commercial off-The Shelf (COTS) technology with minor modifications as part of an Operational Test and Evaluation effort (OT&E). A No Cost Loan agreement will be entered into with all acceptable solutions for OT&E of F-16 Cockpit Display Unit. The display unit will be either mounted permanently into the cockpit or be removable. A permanent cockpit display may substitute for some l egacy flight round dial instruments; flight certification will be required. A removable display must be lightweight and ejection capable. The display will be driven by a computer and receive information from the aircraft MUX Buses, with no OFP impact. Pr oposals for either type of display will be acceptable. AATC and the F-16 SPO would like to own the software. Possible follow on procurement and production phases are dependent on Operational Utility Evaluation (OUE) test results and funding, which is not currently budgeted. The government is looking for a system that offers best value to the government, not necessarily the lowest procurement cost; however, affordability is the most important factor. The following information is provided to assist in conducting a Request for Information/Sources Sought synopsis by identifying potential contractors who have the COTS Solution, skills, experience, and knowledge required to successfully complete this effort. Cockpit Display Unit Requirements: Display and computer solution must be capable of all F-16 operating conditions and limitations; No OFP Impact, only monitor avionics buses; USB ports in Cockpit; Computer in avionics bay, unless small enough to fit in co ckpit; Display must be daylight readable and NVIS compatible; 6.5 Diagonal size (Is not a hard requirement); MTBF 3,000 hrs. Required Software/Display Capabilities: Moving Map (PPLI and SPI); Duplicate aircraft TAD Display; Duplicate aircraft TGP Page; Cursor on Target Methodology; Falcon View; Screens to allow freeze and capture of imagery for transfer; VMF display from ARC-2 10; Microsoft capable files (Text, checklists, pictures, video). Interested parties capable of providing this display unit and computer, which meet or exceed the above requirements, shall provide a Statement of Capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system and a de scription of system capabilities. A rough order of magnitude (ROM) is requested as part of the RFI and will be used as market research. The SOC shall be unclassified and the information submitted should be pertinent to, and identify system capability as related to the technical effort requested above. A limit of fifty (50) pages is imposed for the responses. Responses should be r eceived by close of business 28 February 2007. Testing will probably determine the most effective system. Please e-mail all Information and SOC to the Contracting Officer, Michael DeSouto, at Michael.desouto@aztucs.ang.af.mil. For programmatic questions or technical questions contact LTC Leonard Dick at (520) 295-6930. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis.
 
Place of Performance
Address: NGB DET 11 AATC, 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
Zip Code: 85706
Country: US
 
Record
SN01231317-W 20070215/070213220844 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.