Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
SOURCES SOUGHT

16 -- H-1 Helicopter Mission Computer Lot 14

Notice Date
12/23/2015
 
Notice Type
Sources Sought
 
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 Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N0001911R0016TRMC
 
Archive Date
1/23/2016
 
Point of Contact
Louise M.H. Joy, Phone: 3017579729
 
E-Mail Address
louise.joy@navy.mil
(louise.joy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
It is the Government's intent to perform market research in support of an H-1 Mission Computer (MC) system for the UH-1Y and AH-1Z aircraft. The purpose of this request for information is to identify candidate systems that meet the Government's requirements as reflected in this announcement. Candidates should submit a capabilities statement package as set forth below. THE PURPOSE OF THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. FURTHER, THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT. NO CONTRACT SHALL BE AWARDED BASED ON RESPONSES TO THIS MARKET RESEARCH. The Government requires a non-developmental Mission Computer system that can be seamlessly integrated into the UH-1Y and AH-1Z aircraft to provide required capabilities. The goal is to deliver fully qualified mission computers to the H-1 production line 14 months after receipt of order (ARO). The mission computer system needs to be capable of hosting current H-1 System Configuration Set software to perform all functions required for tactical flight operations. The following attributes are required: •· The MC contains the required processing capabilities, memory, non-volatile storage, interface devices, and programming capability to perform the tasks of the H-1 mission including: 1. Control and Display Functions 2. Navigation and Weapons Delivery 3. Communication Command and Control 4. Aircraft status monitoring and reporting 5. Failure Mode Management 6. Electronic Warfare (EW) 7. Stores Management (AH-1Z only) 8. Gun Control 9. Targeting 10. Program Security •· The MC performs mission processing, independent weapons processing, video/graphics processing and Input/Output (I/O) processing. Video/graphics processing supports two independent display outputs •· The MC provides monitoring of the aircraft systems via MIL-STD-1553 buses, and formats the data input from the AWIRT and CWIRT for display to the crew, when commanded. The monitored aircraft systems are: •1. Engines •2. Fuel System •3. Hydraulic System •4. Electrical Power System •5. Auxiliary Power Unit •6. Drive System •7. Rotor System •8. Electronic Flight Controls Characteristics •· The MC shall be a form, fit, function replacement for the current generation of MC in fleet use for the AH-1Z and UH-1Y aircraft without need for aircraft modification. •· The MC shall meet specified performance when supplied 28 VDC electrical power throughout the entire ranges allowed by MIL-STD-704D. Power draw shall not exceed 250 Watts •· The MC shall initialize all avionics on the avionics and mission buses, perform Aircraft-level BIT, control the modes of operation for avionics and weapons functions on the buses, execute a graceful degradation of avionics in the event of subsystem failure, be capable of reprograming avionics systems, and perform an orderly reset or shutdown of equipment. •· The MC shall provide RS-170A, NTSC, and SDI video inputs and Y/C, DVI and SDI video outputs via aircraft HOTLink cabling. •· The MC shall contain real-time contrast enhancement, optimized for the AH-1Z Target Sighting System. •· Data bus architecture shall consist of dual redundant MIL-STD-1553B buses and Aeronautical Radio Incorporated (ARINC) Standard 429 data buses. •· Parts and Assemblies shall be interchangeable or replaceable in accordance with MIL-I-8500 •· The MC shall be cooled by free convection and radiation •· The MC shall have a minimum of 2 GB of RAM, 512 MB of EEPROM and 256 KB of NVRAM on each processor •· The MC shall provide independently selectable video source inputs and outputs along with video zoom and scaling control •· There shall be hardware support for an operator adjustable video contrast with a minimum of 256 levels of adjustment •· The MC shall simultaneously process three channels of graphics. •· Each graphics channel shall have the capability to overlay symbology with input video •· The MC shall provide a Video Recording output that is capable of presenting a downscaled and interlaced copy of the image presented by any of the four MFD outputs •· The MC shall not exceed 31.5 pounds and shall fit within the existing mission computer mounting tray. •· The MC shall have a useful life of 10,000 operating hours as determined through tailored Highly Accelerated Life-cycle Testing (HALT). •· The MC shall be packaged in modular or SRA form to facilitate removal and replacement of subassemblies at all levels of maintenance •· The MC shall be designed to support CASS testing •· The MC shall minimize the requirements for Peculiar Support Equipment. •· The MC shall provide and identify adequate test points for recoverable SRAs/modules and other parts of the WRA. •· The MC shall permit removal and replacement of each SRA at the D level without requiring the removal or displacement of other circuit cards and without peculiar support equipment. •· The MC shall provide Built-in Test capability in four categories as listed below: •1. Startup BIT (SBIT) - less than 1 minute to complete on initial application of power •2. Periodic bit (PBIT) - shall not create an unsafe or intrusive condition. •3. Initiated BIT (IBIT) - shall not create an unsafe or intrusive condition •4. Maintenance BIT (MBIT) - shall take no longer than 10 minutes to execute •· BIT shall report test results via the Control Interface to the Mission Computer •· The MC shall report faulty Media. •· The MC shall operate continuously over temperature range of -40C to +55C. •· The MC shall not be degraded by a temperature excursion to +71 degrees C for periods not to exceed 30 minutes. •· The performance of MC shall not be degraded by exposure to humidity up to 100 percent and shall operate after exposure to humidity up to 100 percent during operating and non-operating periods. •· The MC shall withstand exposure to the salt-sea atmosphere encountered on Navy carrier decks. •· It shall operate satisfactorily during and immediately after exposure to sand and dust conditions. •· The MC shall not suffer any damage or subsequently fail to provide performance when subjected to an equivalent of 18 impact shocks of 40g in accordance with MIL-STD-810, Method 516.4, •· Specified performance shall be maintained prior to, during, and following exposure to the vibration tests specified in MIL-STD-810, Method 514.4, as modified in paragraph 4.5.3.8. •· Equipment shall conform to the RS101 and RS103 requirements of MIL-STD-461. •· The MC shall conform to the CE 102 and CS116 requirements of MIL-STD-461. •· The MC shall operate satisfactorily in the EME of friendly and/or hostile emitters. •· The equipment shall confirm to the lightning indirect requirements per DO-160D Section 22. •· The MC shall not be susceptible to electrostatic discharge (ESD) or electromagnetic field damage during operation, handling, test, storage, and shipping. •· The MC shall have completed environmental qualification testing and acceptance to the H-1 Upgrade MC requirements specification. •· The MC shall have Manufacturing Readiness Level of 9-10 for Full Rate Production. •· The MC shall be approved for USG flight-testing in AH-1Z and UH-1Y test aircraft. Not more than 22 system sets will be required for lab testing and integration testing. The system shall be producible in adequate quantities to allow production installations at a rate of up to 36 aircraft per year (two mission computers per aircraft) and retrofits up to 40 aircraft per year. A total aircraft quantity of 349 plus spares and potential FMS cases is anticipated. Interested businesses should submit a brief capabilities statement package not to exceed 5 pages; however, exceptions are permitted) demonstrating ability to provide the requirements listed in this RFI and any additional system capabilities. The capabilities statement package should include: 1. Company information, including name, address, and URL; 2. Whether the company is a manufacturer or a distributor; 3. A point of contact for follow-up information (phone number and email address); 4. Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system total weight, technical maturity, system verification and test results, quantities and points of contact for any currently fielded systems; 5. Please indicate the level of training and user support that is available; 6. Lead time for ordering ; and 7. Methodologies of addressing obsolescence and any product risks. All information received will be treated as public knowledge; therefore, vendors should not submit proprietary information in response to this RFI. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Classified material SHALL NOT be submitted. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any follow-on information. This request for information is for market research only. The applicable NAICS code for this requirement is 336413. C ompanies shall submit responses to this request for information by e-mail to Louise Joy, Contract Specialist, louise.joy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0001911R0016TRMC/listing.html)
 
Record
SN03977384-W 20151225/151223234417-2f1b000714b0a4ae962bba51eb1025f9 (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.