SOURCES SOUGHT
58 -- Digital Air Data Computer - Attachments
- Notice Date
- 7/10/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications 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
- N68335-17-R-0306
- Archive Date
- 7/25/2017
- Point of Contact
- Yolanda McCray, Phone: 7323232705
- E-Mail Address
-
yolanda.mccray@navy.mil
(yolanda.mccray@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Cost Table Specification Document REQUEST FOR INFORMATION (RFI) Digital Air Data Computer (DADC) Naval Air System Command Naval Air Warfare Center Aircraft Division ______________________________________________________________________________ RFI Number: N68335-16-RFI-0306 Classification Code: 5821 Radio and Television Communication Equipment, Airborne NAICS Code(s): 334220 - Search, Detection, Navigation, Guidance Aeronautical and Nautical System and Instrument Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS 1. This RFI is needed in response to meet the FAA requirements requiring ADS-B transmitters in airspace in the F-5 aircraft to take effect on January 1, 2020. To meet this requirement the U.S. Navy will replace the current Identification Friend or Foe (IFF) system with an ADS-B (Automatic Dependent Surveillance Broadcast) that meets the FAA Minimal Operational Performance Standards (MOPS) DO-260B and DO-282B. The requirements are mandated in Title 14 of the Code of Federal Regulations (CFR), Part 91, Section 226 defining the use of ADS-B for all aircraft flying in class B and C airspace, all airspace above 10,000 feet, and above 3,000 feet in the Gulf of Mexico. The Northrop F-5F (dual seat) and F-5N (single seat) are twin-engine supersonic light fighter aircraft, initially designed in the late 1950s by Northrop Corporation. The aircraft are capable of operations at 50,000 feet. There are 44 aircraft being modified which are currently in use by the U.S. Navy and Marine Corps "aggressor" squadrons at VFC-13 at NAS Fallon, Nevada, VFC-111 at NAS Key West, Florida, and VMFT-401 at MCAS Yuma, Arizona. Currently the legacy Central Air Data Computer (CADC) will not interface with the upgraded transponder needed for the FAA mandates. As a result, Naval Air Systems Command (NAVAIR), Naval Air Warfare Center, Aircraft Division (NAWCAD) (AD-5.0X) AIRWorks is soliciting information and comments from industry on its ability to provide: a non-developmental, Commercial Off The Shelf (COTS), or developmental upgrade to an existing Air Data Computer (ADC) system that can be adapted for installation on a F-5 N/F Adversary Aircraft. Due to the compressed timeline to comply with the Title 14 mandate, the DADC supplier must be able to complete all hardware and software design requirements within 6 months of after contract award, and have a competed DADC ready for trial install in 9 months after contract award, The new DADC shall be capable of altitudes up to 50,000 feet. The DADC system shall be compatible with the IFF Transponder RT-1853/APX-119 (-0530) sw L.1. The DADC shall have the capability to provide uncorrected barometric altitude over an ARINC 429 interface to the ADS-B. The DADC system shall be specified to survive on a supersonic, high altitude, tactical fighter with the DADC installed in an unpressurized equipment bay. The DADC system must pass the SAE AS8002A accuracy tests, and it must provide labels 203 (uncorrected barometric altitude) and 212 (barometric altitude rate) compliant with ARINC 706-4. The DADC shall not exceed 18.0lbs in weight, and rack weight not to exceed 0.8 lbs. The contractor shall address the above stated requirements and all of the requirements in Attachment I. Where possible identify any limitations with meeting any of the specified requirements. The government is interested in partial solutions to meeting this requirement. 2. All equipment should already be certified for airworthiness on military fixed wing aircraft or carry a commercial supplemental type certification (STC). Proposals for development program shall identify the needed airworthiness requirements. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents are requested to provide DADC system details specifically addressing the operational/technical data and cost information identified below: 1. Schedule a. Production Lead Time b. Developmental Lead Time 2. List of existing Certifications and Standards 3. Licenses or air time requirements 4. Reliability Data/Test Results (mean time between failure) built in test capabilities 5. Minimum economic order quantity (if applicable) a. Total quantity of units sold to date b. Date of delivery of the first unit c. Date of delivery of most recent unit 6. Describe warranty options 7. Describe training/technical materials 8. Provide a functional block diagram of the product/system, showing all inputs and outputs to external systems and how each major component is mounted 9. Provide a list of the recommended spare parts for each major component of the product/system 10. Provide screen shots of the key operational screens for the primary user device, with a brief explanation of each screen 11. Describe the Operating/Technical/Airworthiness characteristics: a. Dimensions (height x width x depth), for each major component b. Weight, in lbs., for each major component c. AC/DC power requirements (voltage/current while in operation and stand-by modes) d. Batteries: types and estimated battery life, if applicable e. Environmental protections /military standard ratings (Water resistance, electromagnetic interference (EMI) certifications, shock/vibration certifications, overvoltage, overcurrent, airworthiness certifications, etc.) f. Operating and storage temperature limits (Celsius) g. Humidity range limits, in Relative Humidity (RH) (operating & non-operating) h. Frequency Ranges (MHz) and RF output power for each, if applicable i. Signal Types of all inputs and outputs: format (Ethernet, etc.) and quantities of each j. Encryption/decryption capabilities, if applicable k. Identify the operating systems, if any l. System test and diagnostic capabilities m. Input and output connector(s) description n. Type of antenna connections, if applicable 12. Identify existing Airworthiness data (FAA-TC/STC/TSO or MCO certifications) • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The following non-government participants will have access to offerors' responses to RFIs and proposals as well: CRL Technologies Inc. 46591 Expedition Drive, #300 Lexington Park, MD 20653 Camber Corporation 22289 Exploration Drive, Suite 305 Lexington Park, MD 20653 JF Taylor Inc (JFTI) 21610 South Essex Drive Lexington Park 20657 ManTech 44610 Expedition Drive Lexington Park, MD 20653 NSI 21491 Great Mills Road, Suite 100 Lexington Park, MD 20653 The non-government participants are employees of CRL Technologies, Inc., Camber Corporation, JFTI, GTMR, or Booz Allen. They are under contract to the Government. They will serve as technical advisors to the Government and will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. All non-governmental personnel have signed certificates of non-disclosure of source selection information and certificates disclosing any potential financial conflicts of interests, or their equivalent documents. Please provide written release to the Government for the disclosure of proprietary information to the non-government participants in the source selection. The written release should include: Name, Title, and Signature of Company Official. If you are not willing to provide this consent, please provide written notification. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided 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: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Frank Mazur frank.mazur2@navy.mil. The Contract Specialist, Yolanda McCray, shall be copied on email submissions at yolanda.mccray@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 28 July 2017 5:00 P.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0306/listing.html)
- Record
- SN04572682-W 20170712/170710235113-fea18e40a455a039a7ddfa9166ecee55 (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 |