SOURCES SOUGHT
A -- Request for Information for a new Multi-Mode Receiver (MMR)
- Notice Date
- 11/16/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-11-P7-ZA023
- Archive Date
- 1/18/2011
- Point of Contact
- Jennifer N Brooks, Phone: (301) 757-7362, Selinda Joyner, Phone: (301) 995-3978
- E-Mail Address
-
jennifer.n.brooks@navy.mil, selinda.joyner@navy.mil
(jennifer.n.brooks@navy.mil, selinda.joyner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- - Synopsis: To promote early exchange of information with industry in accordance with FAR Part 15.2, the Naval Air Systems Command (NAVAIR) issues this Request For Information (RFI). NAVAIR is requesting information from industry to identify potential candidates to fill a possible need for a Multi-Mode Receiver. Threshold Requirements: 1. Receive, process, and output the Instrument Landing System (ILS) signals to include; Glideslope per the RTCA/DO-192 Glideslope Minimum Operational Performance Standards (MOPS), Localizer per RTCA/DO-195 Localizer MOPS (complies with new ICAO FM interference requirements), and Marker Beacon per RTCA/DO143 Marker Beacon MOPS. 2. Receive, process, and output the VHF Omni-directional Ranging (VOR) signal per RTCA/DO-196 VOR MOPS. 3. Receive, process, and output the International Civil Aviation Organization (ICAO)/Local Area Augmentation System (LAAS) Ground Based Augmentation System (GBAS) VHF Data Broadcast (VDB) as described in the RTCA DO-246. Meet the specification for airborne equipment in the RTCA DO-253 and ED-23B, Minimum Operational Performance Specification (MOPS) for airborne VHF Receiver, and the RTCA/DO-245: Minimum Aviation System Performance Standards (MASPS) for the LAAS. 4. Meet the environmental requirements for a 2500 hour mean flight hours between removal as shown in the environmental specifications section (3.2.6) of the Performance Description Document (PDD) for the ARC-210, Gen 5, RT-1939(C) datalink radio, PDD-ARC210-011, 21 OCT 2009, Rev A provided at the JPALS Industry Web Site at https://home.navair.navy.mil/pma213/JPALS_MMR/login.asp. 5. Provide Input/Output and control via the aircraft 1553 data bus and/or Ethernet or other common avionics buses. Provide comments on the supporting rationale for buses other than 1553. 6. Comply with MIL-STD-704A through 704F. Objective Requirements: 1. NAVAIR desires a modular solution. In this solution the following optional capabilities would be available as modules that could be inserted into the primary avionics as needed for each aircraft application. This solution will allow for upgraded modules as requirements change and for the addition of new modules as future JPALS increments are fielded and to take advantage of future technology evolution. A. GPS receiver that meets the requirements in ARINC 743A-2 "Global Positioning System Receiver" and has the capability to receive, process, and output the ICAO/Wide Area Augmentation System data as described in the RTCA/DO-229B, Minimum Operational Performance Standards for Global Positioning System/Wide Area Augmentation System B. Military PPS GPS receiver that meets the requirements in IS-GPS-200D, Navstar GPS Space Segment/Navigation User Interfaces C. Memory to store required processing algorithms, the navigation databases used for LAAS and the Wide Area Augmentation System (WAAS), the National Geospatial-Intelligence Agency (NGA) standard products for required geospatial information and services, and the geodetic survey data in the World Geodetic System 1984 (WGS-84) reference system or its replacement, with at least a 50% reserve memory capacity. D. Processing capability, with at least a 50% reserve, to handle the JPALS, GBAS, and Space Based Augmentation System (SBAS) algorithms, data link, and other required processing, includes processing the JPALS algorithms and data in accordance with the JPALS Airborne System Specification (JASS) and the JPALS Aircraft Integration Guide (AIG). The JASS and AIG are provided at the JPALS Industry Web Site at https://home.navair.navy.mil/pma213/JPALS_MMR/login.asp. E. Receive, process, and output the Land-Based JPALS 25KHz UHF data link, which is described in the draft specification, System Requirements Document For Joint Precision Approach and Landing System (JPALS) Increment 2. Provide details on how the crypto requirements would be met. This draft is provided at the JPALS Industry Web Site at https://home.navair.navy.mil/pma213/JPALS_MMR/login.asp. F. Receive the JPALS UHF (225 to 400 MHz) data link. This data link, still being developed, will be broad band, up to 1.2 MHz, GMSK modulation. Provide details on how the crypto requirements would be met. This draft is provided at the JPALS Industry Web Site at https://home.navair.navy.mil/pma213/JPALS_MMR/login.asp. 2. Conform to Software Communications Architecture (SCA) standards. 3. Provide a capability to optionally select output or input of control functions via either 1553 or Ethernet. 4. Meet the requirements of ARINC 755 "Multi-Mode Receiver (MMR)". The JPALS program office would like to gain insight from industry (primes and vendors) on several key areas to assist in JPALS aircraft integration planning. If the modular approach is supported, please provide response in each of the areas below for the primary avionics and for each proposed module. A) Provide a notional development and integration schedule assuming a contract award in January 2012. B) Include estimates of when Engineering Development Models (EDMs) would be available to support aircraft integration. C) Provide development and production cost estimates with ground rules and assumptions to support the notional schedule. Where possible, include Source Lines of Code (SLOC) estimates. D) Provide potential production schedules, including maximum production capacity and minimum economical production rates. E) Describe challenges to development, integration, and support of your concept design. F) For the technical/architecture solution you used to generate your response to this RFI, provide insight into Critical Technology Elements (CTEs) and your ability to meet, or mature those CTEs to a Technology Readiness Level (TRL) 6 using the OSD Technology Readiness Assessment (TRA) process as described in Technology Readiness Assessment (TRA) Deskbook July 2009 provided at the DOD Web Site at http://www.dod.mil/ddre/doc/DoD_TRA_July_2009_Read_Version.pdf. https://home.navair.navy.mil/pma213/JPALS____/login.aspProvide cost and schedule estimates for this process. G) Describe how your design conforms to the tenants of the Modular Open Systems Approach (MOSA). H) If the technical architecture solution you used to generate your response to this RFI is based on an MMR that's already in production, provide details on the capabilities of this unit, the type of aircraft where the baseline MMR is installed, the approximate quantities produced to date, and existing and planned future orders. Also provide information as requested above for modules that would have to be developed to fulfill the objective requirements. Companies interested in participating in this development should have the following experience and capabilities: (1) airborne navigation system design, development, and testing; (2) development and testing of GPS ground augmentation systems and requirements; (3) have achieved software CMMI level 3 within the company unit proposed for this development; (4) airborne navigation system availability and performance modeling, simulation, and testing; (5) open architecture design; (6) an understanding of the TRA process, including experience in identifying CTE's and assessing their maturity (their TRL); and (7) Operations Security and familiarity with Anti-Tamper techniques and requirements. Provide a brief description of how your company meets these capabilities and a statement describing your company's business size (large or small), and its DUNS number. Respondents to this RFI should provide technical information, and development, production, and life cycle support cost data for systems and/or products that will meet the requirements stated above and information regarding the availability and cost of data rights. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the JPALS Program Office or NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for information provided in response to this RFI. Submit your response in a Microsoft® Word or compatible format document in no more than ten single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Responses to this RFI are requested by 1 January 2011. Specific questions should be directed to Jennifer Brooks, Contracting Specialist, Email jennifer.n.brooks@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-11-P7-ZA023/listing.html)
- Record
- SN02327920-W 20101118/101116234102-535e52f954ae7c8e98b13955ab814346 (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 |