SOURCES SOUGHT
16 -- Sources Sought for Audio Management Computer (AMC) Replacement
- Notice Date
- 11/6/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-FY15-PMA299-AMC
- Point of Contact
- Kady M. Harris, Phone: 3013424638, Lisa M Maples, Phone: (301) 757-5277
- E-Mail Address
-
kady.harris@navy.mil, Lisa.M.Maples@navy.mil
(kady.harris@navy.mil, Lisa.M.Maples@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION Naval Air Systems Command (NAVAIR) Multi-Mission Helicopter Program Office (PMA-299) is seeking potential sources capable of providing a replacement for the Audio Management Computer (AMC) for the MH-60 R/S Helicopter. The AMC is responsible for all aircraft audio signals, switching controls, routing of acoustic signals, some backup processing, and for internal communications (ICS). The results of this Sources Sought will be utilized to determine if the required product exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. MULTIPLE NAICS AND FSC CODES APPLY, SEE ELIGIBILITY BELOW. The Navy anticipates contracted efforts would be awarded in early 2016 and would require delivery of the new AMC for qualification efforts approximately 12 months after contract award with a total period of performance not to exceed 36 months. PLACE OF PERFORMANCE: Patuxent River, MD Percentage of Effort: Government (On-site) 20% Contractor (Off-site) 80% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES The objective of this effort is to obtain a fully qualified form-fit-function replacement of the AMC in the MH-60 R/S aircraft. The AMC is currently procured as part of the MH-60 common cockpit. The Government anticipates the effort to require a quantity of approximately 30-40 AMC retrofit kits. The AMC must be capable of Digital Audio Processing and have the capability for performing a radio relay function. The AMC must connect to the Operator Control Panel (OCP), which allows control of Inter Communication System (ICS) Audio and Push-To-Talk (PTT) Key for the Aircrew. The AMC must interface with multiple RF waveforms and audio signals used by multiple existing cockpit and mission systems in the MH-60 aircraft. Contractor testing will be required to qualify the AMC replacement solution. Specific interface, physical, and performance requirements for the AMC are outlined in a Statement of Objectives (SOO) (Sources Sought Attachment 1) and Technical Requirements (Sources Sought Attachment 2) which may be requested from the contracting office via e-mail according to the directions outlined below. The SOO and additional technical requirements for this Sources Sought notice is available via a.PDF document only to United States Government Agencies and their Contractors upon request. To request the document please send your company name, mailing address, CAGE code, and point of contact information (name, phone number, and e-mail address) to: Kady Harris at kady.harris@navy.mil. Please also copy the following when e-mailing: Lisa Maples, lisa.m.maples@navy.mil; and Bryson Shibe, bryson.shibe@navy.mil. An e-mail confirmation of your request will be sent upon receipt and a second e-mail to include the attachment referenced in this sources sought will be sent upon verification of requestor's information. The H-60 Multi Mission Helicopter Program (PMA 299) is the acquisition program office conducting market research. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program may require procurement effort in certain critical technologies/data that are not releasable to foreign firms under the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. ELIGIBILITY The applicable NAICS codes for this requirement (and the associated Small Business Size Standards) are as follows: 336413- Other Aircraft Parts and Auxiliary Equipment (1,000 employees) 335929- Other Communication and Energy Wire Manufacturing (1,000 employees) 334111- Electronic Computer Manufacturing (1,000 employees) 334419- Other Electronic Component Manufacturing (500 employees) 334511- Aeronautical Instrument Manufacturing (750 employees) The applicable Product Service Codes (PSC) are: 1680- Miscellaneous Aircraft Accessories and Components 5810- Communications Security Equipment and Components 5831- Intercommunication and Public Address Systems, Airborne 5995- Cable, Cord, and Wire Assemblies: Communication Equipment SUBMISSION DETAILS Interested offeror(s) shall submit 4 hard copies of a technical capability statement response by mail or hand delivery to Naval Air Systems Command, Attention: Kady Harris AIR 2.3.4.1.3, 47123 Buse Road, Room 155, Patuxent River, MD 20670. All other questions and/or comments shall be put in writing and e-mailed to the attention of Lisa Maples at lisa.m.maples@navy.mil, Kady Harris at kady.harris@navy.mil, and Bryson Shibe at bryson.shibe@navy.mil. This sources sought is for market research only and should any procurement result from this announcement, a request for proposal will be published separately on the Federal Business Opportunities website. The submitted technical capability statement shall consist of an introduction, system approach summary, detailed design to include pictures/figures/drawings as available, and suitability of the final product for the intended use. Contractor format is acceptable but submission must not exceed 20 pages in length. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and email address. Your written response must be received by this agency, no later than 3:00 PM Eastern Standard Time on 2 December 2014 and reference this sources sought number on both the mailing envelope as well as on all enclosed documents. ELECTRONIC REPSPONSES WILL NOT BE ACCEPTED. Information and materials submitted in response to this request WILL NOT be returned. Classified materials SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-FY15-PMA299-AMC/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN03568256-W 20141108/141106234619-b4a0c5b808669f6de281ccf4c3c1d9cb (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 |