SOLICITATION NOTICE
17 -- Advanced Horizon Reference System (AHRS)
- Notice Date
- 6/2/2009
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-09-R-0174
- Archive Date
- 6/30/2009
- Point of Contact
- David Andreoli, Phone: 732-323-5208, Barbara J Petrzilka, Phone: 732-323-2067
- E-Mail Address
-
david.andreoli@navy.mil, barbara.petrzilka@navy.mil
(david.andreoli@navy.mil, barbara.petrzilka@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to procure an Advanced Horizon Reference System (AHRS). The tasks cover design, fabrication, testing, refurbishment and delivery of the production representative model. Upon successful completion of developmental test, integration test and first article test a single production unit will be procured. The Government may exercise contract options for production and fielding of up to fifteen (15) systems along with spares. The AHRS program objective is the acquisition and initial support of a next generation AHRS that is intended to replace the A/W37A-1, the legacy Horizon Reference Set (HRS), for both forward and back-fit applications for all air capable ships with up-the-stern approaches. The AHRS will provide a horizon reference which is independent of the ship’s rolling motion. The visual display will be a roll-stabilized, lighted reference bar to be located on top of the hangar or suitable structure forward of the operating area. The AHRS will meet or exceed all of the performance requirements of the existing US Navy HRS and interface to legacy gyro systems using synchro formats as a well as an Ethernet-based system from the ship’s Navigation Sensor System Interface (NAVSSI). The AHRS will interface to the Aviation Lighting System Control Panel Set (ALS-CPS) being procured by the Government. The AHRS will receive NAVSSI ship motion data and HCS operator communication via the ALS-CPS. The AHRS program will involve designing, building, testing and refurbishing a production representative system in order to demonstrate conformance to the AHRS System Specification and the purchase of a production system. The following constraints express the Navy’s desires for a form, fit replaceable system in order to reduce back-fit applications complexity and cost. Suggestions for modifications to the System Specification may be provided for the Government for review in order to accomplish the overall Government objective of procurement of a modernized, affordable system that can be used for both forward and back-fit applications. - For back-fit applications it is desired to have the next generation AHRS fit into the same footprint as the existing system and mount to the same foundations. The current horizon bar assembly mounts on a frame that has been shock qualified for the existing AHRS. It is desired to retain this frame assembly; therefore the replacement AHRS should not exceed the weight of the existing system by more than 10%. If the new system weight exceeds this parameter, the frame will require redesign and must be supplied as part of the next generation AHRS system. It is also desired to utilize the existing cables to the maximum extent possible. In particular, the legacy gyro cable is long and expensive to run so it should be reutilized, which will require the cable to enter the electronics cabinet in the same position as the existing cable. If cables types must be changed it is desired that the cable sizes be the same or smaller so existing wire-ways and cable deck penetration tubes can be reutilized. By keeping the same number of cable penetrations and keeping diameters consistent with existing cables, the install costs and required installation services can be minimized. - If the vendor chooses to use components that exceed the current system size and weight the vendor should provide supporting data to show how this equipment can be mounted on existing ships while minimizing installation costs. - The next generation AHRS should use 115 VAC, 60 Hz ship’s power. The 400 Hz ship input should be used only for the synchro reference. - Components from the existing HRS may be reused in the proposed new design to the maximum practical extent. However it is expected that only the boxes and structural parts will be retained. The system technical manuals AD-400A1-MDB-000, AD-400A1-OMI-000 and AD-400A1-IPB-000 will be provided to the Contractor for reference as well as representative HRS drawings of the current system. If components are to be reused, the modification plans and the extent of reuse will be provided to the Government as part of the program proposal. - It is desired to maintain one configuration for both forward and back-fit systems. For systems that connect to the ship’s NAVSSI, navigation data will be received via an Ethernet connection from the ALS-CPS. For systems that use synchro navigation data, a synchro card will be installed in the control cabinet for receiving ship motion data. Copies of the drawing package will be issued to the companies that respond to the FedBizOpps synopsis, as well as those companies on the solicitation mailing list. Because the specifications and drawings are subject to Export Control Laws, the companies are required to register with the United States/Canada Joint Certification Office through the Defense Logistics Information Service (DLIS), and provide a copy of their executed DD Form 2345 to the contracting office before a copy of the drawing package is mailed. If you have previously supplied a copy of your approved DD Form 2345, it is not required for you to resubmit. It is mandatory to register with the Central Contractor Registration (CCR) Database. The CCR provides the DUNS (Data Universal Numbering System + 4 number) number and a company’s CAGE (Commercial and Government Entity) code that will be required to conduct business with the Department of Defense. Award will be based on a determination of “Best Value”, which may require discussions with the offerors. The evaluation factors will be Technical, Experience, Past Performance, and Price. Copies of DD Form 2345 and request for copies of the drawing package shall be forwarded to Mr. David Andreoli, 732-323-5208, david.andreoli@navy.mil, fax # 732-323-7440. Representatives of US companies who have subsidiaries in foreign countries expecting to participate will also be considered under foreign national rules. Note that information to be provided is subject to export controls. Please ensure a certified DD From 2345 is sent to NAVAIR Contracts with your request for performance parameters.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-09-R-0174/listing.html)
- Place of Performance
- Address: Highway 547, Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Record
- SN01833292-W 20090604/090602235045-ce0d46d7f5a9eaa21fd88bfb89542888 (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 |