SOURCES SOUGHT
16 -- Sources Sought to upgrade the current T-6A/B/D Flight Data Recording capability with a Crash Survivable Recorder (CSR) capability
- Notice Date
- 3/6/2018
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- Crash_Survivable_Recorder-(T-6ABD)
- Point of Contact
- Terra Gray, Phone: 405739-4212
- E-Mail Address
-
terra.gray@us.af.mil
(terra.gray@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought to upgrade the current T-6A/B/D Flight Data Recording capability with a Crash Survivable Recorder (CSR) capability to comply with the 22 June 06, SECDEF Memo, Reducing Preventable Accidents. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, resources and experience to meet the requirements for upgrading Air Force T-6A, Navy T-6A and T-6B, and Army T-6D Texan II (hereafter referred to as T-6) aircraft. These potential upgrades will provide the aircraft with a CSR that includes cockpit voice recording capability. Additionally, the solution will meet the minimum crash survivable data collection capability as outlined in AFI 63-133 Aircraft Information Program (Change 1, 4 November 2010) to aid in aircraft MISHAP investigation. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey does not ensure participation in future solicitations or contract awards. The United States (U.S.) Government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: Below are the description of the CSR compliance requirements being sought and a contactor compatibility survey. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime contractor or as a subcontractor (identify the prime contractor with whom you will be a subcontractor). Both large and small businesses, pursuant to the size status for NAICS code 336411, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. Questions relative to this market survey should be addressed to Terra Gray, Contracting Officer, Tinker AFB (405) 734-8393 or e-mail: terra.gray@us.af.mil. BACKGROUND: The T-6 is a single-engine, two-seat primary trainer designed to train student pilots and navigators in basic skills common to U.S. Air Force, Naval and Army aviation. Produced by Textron Aviation Defense, LLC, the T-6 is a military trainer that replaced the T-37B and is replacing the T-34C trainer aircraft. The U.S. Government plans to operate a fleet of about 750 T-6 aircraft. Stepped-tandem seating in the single cockpit places one crewmember in front of the other, with the student and instructor positions being interchangeable. The T-6 has three configurations: T-6A with federated avionics, T-6B with integrated avionics and T-6D with integrated avionics. REQUIREMENTS DESCRIPTION: In order to comply with SECDEF Memo of 22 June 06, Reducing Preventable Accidents, the current T-6 Flight Data Recording capability requires an upgrade. The data that is collected will support accident investigation efforts that will help determine the root cause of mishaps. Determination of mishap root causes is vital in preventing future mishaps, meeting SECDEF aircraft mishap reduction goals and preserving combat capability. The CSR will replace the existing Integrated Data Acquisition Recorder System including all hardware (aircraft and ground support equipment) and the associated software. The preferred approach for this effort would be a non-proprietary open system architecture using Non-Developmental Item or "Commercial-Off-The-Shelf" components. At a minimum, the installed system's certification basis shall be in accordance with Title 14 CFR FAA Part 23 Airworthiness Standards: Normal, Utility, Acrobatic, and Commuter Category Airplanes, Title 14 CFR FAA Part 91 General Operating and Flight Rules standards and EUROCAE ED-112A Minimum Operational Performance Specification for Crash Protected Airborne Recorder Systems. The signals to be recorded are listed in Table 1. These recorded signals will support mishap investigation and the Air Force Military Flight Operations Quality Assurance Program. The JPATS Branch is soliciting industry's capability to provide form, fit, and function replacement for the equipment, and its associated software listed in Table 2. The CSR deliverables are listed below and comprise the full system. Table 1, T-6 Recorded Signals Parameter Recording Rate (Hz) Recorded Resolution Altitude Rate Validity 8 2 Bits DC Amps 2 0.125 Amps DC Amps Validity 2 2 Bits Anti-ice On 1 1 bit Anti-Ice 1 1 bit Angle of Attack 16 0.011 units Base Location (ICAO code) At record start only 4 Characters Boost Pump 1 1 bit Bus Tie Open 1 1 bit Cabin Altitude 2 2 ft Cabin Altitude Validity 2 2 Bits Canopy 1 1 bit Indicated Airspeed Validity 4 2 Bits Indicated Airspeed 4 0.0625 Kts Cabin Differential Pressure 2 0.015625 PSI Cabin Differential Pressure Validity 2 2 Bits Chip 1 1 bit Cockpit Altitude 1 1 bit Cockpit Pressure 1 1 bit Communications Transmit 1 1 bit GPS Selected Course 1 0.04395 degrees GPS Selected Course Validity 1 2 Bits Date At record start only 1 day Date Validity At record start only 2 Bits Distance To Go 1 0.125 NM Distance To Go Validity 1 2 Bits Drift Angle 4 0.05 degrees Drift Angle Validity 4 2 Bits GPS Desired Track (true) 8 0.04395 degrees GPS Desired Track (true) Validity 8 2 Bits Duct Temperature 1 1 bit EDM Packed Discrete Word 1 7 bits EDM Packed Discrete Word Validity 1 2 Bits Elevator Position 16 0.044 deg Elevator Trim 1 0.015 deg Engine Serial Number At record start only 8 Characters Engine Oil Pressure 1 0.0625 PSI Engine Oil Pressure Validity 1 2 Bits Engine Oil Temperature 4 0.03125 deg C Engine Oil Temperature Validity 4 2 Bits Fuel Flow 2 0.25 PPH Fuel Flow Validity 2 2 Bits Fire 1 1 bit Flap Position 1 3 bits Fuel Quantity Difference 2 0.25 lbs Fuel Quantity Left 2 0.25 lbs Fuel Quantity Left Validity 2 2 Bits Fuel Quantity Right 2 0.25 lbs Fuel Quantity Right Validity 2 2 Bits Fuel Balance 1 1 bit Fuel Pressure 1 1 bit Generator Fail 1 x Gas Generator Serial Number At record start only 10 Characters Greenwich Mean Time 1 1 sec Greenwich Mean Time Validity 1 2 Bits Ground Speed Validity 8 2 Bits Latitude 4 0.000172 deg Latitude Validity 4 2 Bits Longitude 4 0.000172 deg Longitude Validity 4 2 Bits Ground Speed 8 0.125 Kts Roll Steering Command 4 0.011 degrees Roll Steering Command Validity 4 2 Bits Hydraulic Fluid Low 1 1 bit Hydraulic Pressure 4 1 PSI Hydraulic Pressure Validity 4 2 Bits Hydraulic Pressure Fail 1 1 bit Intruder Altitude 2 100 ft Intruder Altitude Number 2 1 Intruder Altitude Validity 2 2 Bits Intruder Altitude Vertical Sense 2 2 bits Intruder Bearing 2 0.176 deg Intruder Bearing Display Matrix 2 3 bit Intruder Bearing Number 2 1 Intruder Bearing Validity 2 2 Bits CSR Serial Number At record start only 10 Characters Ignition Select 1 1 bit Interstage Turbine Temp 1 0.5 deg C Interstage Turbine Temp Validity 1 2 Bits Indicated Vertical Speed 8 16 ft/min Left Fuel Low 1 1 bit Landing Gear Down 1 1 bit Long Range Navigation Status 1 18 bits Long Range Navigation Status Validity 1 2 Bits Mach Number 4 0.0000625 Mach Number Validity 4 2 Bits Magnetic Heading 16 0.0055 deg Magnetic Heading Validity 16 2 Bits Manual Fuel Balance 1 1 bit Engine RPM 4 0.015625 % Engine RPM Validity 4 2 Bits Nose Gear Steering 1 1 bit Propeller Speed 1 0.5% Propeller Speed Validity 1 2 Bits Lateral Acceleration (CG), Calculated 16 0.01 g's Lateral Acceleration Tail 16 0.005 g's Vertical Acceleration Body (CG) 16 0.01 g's Vertical Acceleration Tail 16 0.01 g's Outside Air Temperature 2 0.03125 deg C Outside Air Temperature Validity 2 2 Bits OBOGS Bleed Temperature 1 1 bit OBOGS Fail 1 1 bit Oil Pressure - Red 1 1 bit Over G Type ID 16 3 bits Power Control Lever Angle 2 0.04395 deg Power Control Lever Angle Validity 2 2 Bits Pitch Attitude 16 0.011 deg Pitch Attitude Validity 16 2 Bits Pitch Rate 16 0.000488 deg/sec Pitch Rate Validity 16 2 Bits PMU Fail 1 1 bit PMU Status 1 1 bit Power Section Serial Number At record start only 10 Characters Total Pressure 2 1 mb Total Pressure Validity 4 2 Bits Impact Pressure 2 0.03125 mb Impact Pressure Validity 4 2 Bits Intruder Range 2 0.0625 nm Intruder Range Number 2 1 Intruder Range Validity 2 2 Bits Intruder Range Sensitivity 2 1 Raw Interstage Turbine Temperature 1 0.5 deg C Raw Interstage Turbine Temperature Validity 1 2 Bits Right Fuel Low 1 1 bit Roll Attitude 16 0.011 deg Roll Attitude Validity 16 2 Bits Roll Rate 16 0.000488 deg/sec Roll Rate Validity 16 2 Bits Rudder Position 16 0.044 deg Rudder Trim 1 0.009 deg Strain Gage Present At record start only 1 bit Spare 2 1 1 bit Oil Pressure - Amber 1 1 bit Speedbrake 1 1 bit Start Ready 1 1 bit TAD Fail 1 1 bit TAD Off 1 1 bit True Heading 8 0.0055 degrees True Heading Validity 8 2 Bits Relative Time 16 hh:mm:ss.ddd Torque 4 0.0625% Torque Validity 4 2 Bits GPS Track Angle (true) 8 0.044 degrees GPS Track Angle (true) Validity 8 2 Bits Trim Off 1 1 bit DC Volts 2 0.015625 Volts DC Volts Validity 2 2 Bits Indicated Vertical Speed Validity 8 2 Bits Weight On Wheels 4 1 bit GPS Waypoint Bearing (true) 8 0.04395 degrees GPS Waypoint Bearing (true) Validity 8 2 Bits GPS Cross Track Distance 8 0.004 NM GPS Cross Track Distance Validity 8 2 Bits Yaw Rate 16 0.000488 deg/sec Yaw Rate Validity 16 2 Bits Table 2, T-6 Replacement Hardware to Include Associated Software Appl. Nomen. / Func. (Model) MFG / Cage Code Part Number(s) T-6 IDAR GE Aviation 133-340077-1 T-6 Removable Memory Cards PCM-AFSE-MG01 T-6 IDAR Recorder Maintenance Annunciator: consisting of the following T-6 Cap Assembly (Recorder Maintenance ANN) 20236-009 T-6 Base Assembly 20236-003 T-6 Sleeve 20236-010 CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute Name: 2. Address: 3. Point of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page URL: 8. Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411 Small Business designation/status claimed to include small, small disadvantaged, 8(a), women-owned, economically disadvantaged women-owned, HUBZone, and/or service-disabled veteran owned small businesses in accordance with the NAICS code and size standard. 9. Based on the above NAICS Code, state whether your company is: a. Small Business (Yes / No) b. Woman Owned Small Business (Yes / No) c. Small Disadvantaged Business (Yes / No) d. Economically Disadvantaged Woman-Owned Small Business (Yes / No) e. 8(a) Certified (Yes / No) f. HUBZone Certified (Yes / No) g. Veteran Owned Small Business (Yes / No) h. Service Disabled Veteran Small Business (Yes / No) i. System for Award Management Registration (formerly CCR)registered? (Yes / No) 10. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). Part II: General Capability 1. Describe briefly theapabilities of your facilities and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement, including aircraft integration/modification and FAA Supplemental Type Certification. Include contract numbers, a brief description of the work performed, work performed as prime contractor or subcontractor, period of performance, agency/organization supported, and individual point of contact for that agency/organization (Contracting Officer or Program Manager). 3. Provide your company's production and follow-on repair capacity and capability for each item or component for which you respond. What is the cumulative effect on your production and repair capacity for the full CSR system? 4. Provide number of years you would support production and repair (to include post production repair) for each component in table 2. 5. Describe your company's willingness to participate in a Private Public Partnership (PPP). If your company is presently engaged in a PPP or has participated in a PPP in the past, please provide the details of that PPP. 6. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 7. Are there specific requirements in this document that would currently preclude your approach from being a viable solution? If so, what changes could be made to make the solution viable? 8. Describe your capabilities and experience in managing avionics software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 9. Describe your standard warranty and return process. 10. Describe your policy on discounts. 11. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 12. Provide any other comments which you believe relevant to the task of updating the T-6. Part III: Technical Approach 1. Describe the ability of your company to provide CSR capability for the T-6A, T-6B and T-6D. 2. Describe how candidate architectures for CSR capability will incorporate growth for future requirements or technology insertion. 3. Describe how you will obtain/ maintain, as applicable, FAA Type Certification or Supplemental Type Certification for the modified system. 4. Provide literature (schematics, block diagrams or specifications) describing your technical approach to provide the given functionality; include estimates of weight, size, power consumption, and a description of system maturity. 5. Describe hardware to be used (manufacturer, model number, part number, etc.). 6. Describe your approach to incorporate and certify your proposed components, and to modify T-6 aircraft to provide the required capabilities (i.e. comment on manufacturing facilities, manpower, etc.). 7. Describe any additional performance capabilities that may be inherent in your CSR system including user interfaces, memory and recording capability. Signals to be acquired and data rates. Full software description and user interfaces. 8. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, AS-9100, EIA-599, or otherwise). 9. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated update of technical orders and preparation of new technical orders. 10. Describe your configuration control management, obsolescence/diminishing manufacturing sources identification management/resolution, Reduction of Hazardous Substances compliance program, and counterfeit parts prevention program processes. 11. Provide an assessment of the reliability, maintainability and supportability of your approach. 12. Provide an assessment of the program technical, schedule, and cost risks. 13. Provide your technical data sharing methodology and process to allow for independent and/or a mixture of government organic, contractor, or PPP repair and sustainability of components/systems addressed in your response. After the Government reviews all submissions, there may be additional need for further follow-on questions. If so, the Government will post additional inquiries on FedBizOpps. You may be invited to present your approach to the Government at Tinker AFB, Oklahoma. If there is enough interest, the Government may hold an "Industry Day" to provide information to prospective respondents. In addition, based on the information you provide, the Government may request an on-site visit to further assess capabilities. The Government does not own a complete set of technical data on the T-6 aircraft. It is up to the respondents to obtain the necessary data and assess the technical details required to perform the modifications. The Government does not intend to award a contract on the basis of this request, or to otherwise pay for the information requested in this Sources Sought document. This is a request for information only-no solicitation available. This notice does not commit the Government to issue a solicitation or award a contract, or to otherwise incur any liability associated with the submission of any response or related materials. Submitted material will be considered the property of the United States Government and will not be returned. The United States Government fully understands that it has no license or ownership rights to any submitted material that is also proprietary to the submitting company. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Respondents capable of responding to only a portion of the total requirement of capability/components stated herein should respond, stating which portions they are capable of and how those portions would be integrated into the total requirement, as applicable. Note that if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Please submit a written paper response accompanied with a Microsoft Office (2013 or prior) or Adobe formatted response on CD or DVD containing the same. No facsimiles or e-mails will be accepted. Responses must be received no later than 30 calendar days after posting of this Sources Sought document. Responses to this survey should be limited to 40 pages in length. Please mail your response to: TINKER AFB/WLK Attn: Terra Gray 3001 Staff Drive 1AE1 104A Tinker AFB, OK 73145
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/Crash_Survivable_Recorder-(T-6ABD)/listing.html)
- Record
- SN04844079-W 20180308/180306231043-8fc9feb85c3a5f9277b88919c5e6146b (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 |