SOURCES SOUGHT
16 -- USB2.0/MIL-STD-1553 interface device for the AH-64 Apache MIL-STD-1553 Maintenance Data Recorder (MDR) downloads
- Notice Date
- 2/28/2018
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
- ZIP Code
- 35898-0001
- Solicitation Number
- W58RGZ18R0175
- Point of Contact
- Lisa Dawn Duncan, , D Vince Dickens,
- E-Mail Address
-
lisa.d.duncan.civ@mail.mil, david.v.dicken.civ@mail.mil
(lisa.d.duncan.civ@mail.mil, david.v.dicken.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Government (USG) Army Contracting Command Redstone Arsenal (ACC-RSA)-is seeking sources for 361 USB2.0/MIL-STD-1553 interface device that interfaces to a standard personal computer (PC) and the AH-64 Apache MIL-STD-1553 data bus in order to perform Maintenance Data Recorder (MDR) downloads. The requirements are as follows: The device shall provide a dual redundant MIL-STD-1553 interface and concurrently acts as Bus Controller, Multiple Remote Terminals (31) and Chronological/Mailbox Monitor; the device shall be compatible with and demonstrated to perform MDR downloads using established Longbow Integrated Maintenance Support System - Ground Analysis Software (LIMSS-GAS); the device shall be an ultra compact form factor; the device shall have a USB 2.0 compliant interface to the PC; the device shall be powered from a single, standard +5V USB2.0 PC connection; the device shall have a maximum power consumption of 2.5W; the device shall have two standard Twinax BJ77 male connectors for connection to the aircraft; the device shall be capable of functioning as either a bus controller or as a remote terminal; the device drivers shall be 32/64-bit windows compatible; the device drivers shall be Windows 7/8/8.1/10 compatible; the device drivers shall be compatible with LIMSS-GAS; the device driver shall be compatible with existing LIMSS-GAS and AH-64 Apache MIL-STD-1553 communication protocols and messages/words; and the device driver license shall be fully transferrable to the USG and shall allow unlimited copy and distribution This sources sought notices is to obtain qualified vendors to provide plans, procedures, design information, and reports addressing all or any part of the requirements or discussion points detailed above. Additionally, USG-ACC-RSA is seeking sources with a strong background, history and/or past performance in streamlining and facilitating rapid acquisition, addressing obsolescence, and enhancing USG-Contractor relations. Responders shall provide their performance history and back it with evidentiary data. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. The AH-64A/D/E technical data packages are held by The Boeing Company located at 500 East McDowell Road, Mesa, AZ 85215. Vendors are encouraged to submit written notification of their interest, qualifications, and technical concepts to, D. Vince Dickens, Contracting Officer via e-mail at david.v.dickens.civ@mail.mil. The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for either effort or associated costs to respond or for any information provided. This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All costs associated with responding to this notice will be solely at the responding party's expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the Federal Business Opportunities ( www.fbo.gov ) site for additional information pertaining to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above listed service are invited to submit a response no later than 6 March 2018. Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All submissions should include the following information: (1) Organizational name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. If you have contractual questions please contact D. Vince Dickens at david.v.dickens.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec49ee8a59d0c2f0508855f163d0127c)
- Place of Performance
- Address: Redstone, Alabama, 35748, United States
- Zip Code: 35748
- Zip Code: 35748
- Record
- SN04837451-W 20180302/180228231010-ec49ee8a59d0c2f0508855f163d0127c (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 |