Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SPECIAL NOTICE

T -- T-6 B/D Integrated Avionics Computer Replacement (IAC)

Notice Date
2/25/2020 12:30:39 PM
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8106 AFLCMC WLK TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Response Due
3/13/2020 9:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Linda Sasser, SOSSEC POC, Phone: 6034585529, John Nunziato, SOSSEC POC, Phone: 6034585529
 
E-Mail Address
lsasser@sossecinc.com, jnunziato@sossecinc.com
(lsasser@sossecinc.com, jnunziato@sossecinc.com)
 
Description
ELIGIBILITY INFORMATION: Participation in this RFI, and to receive an award under this PA, will require a membership in the SOSSEC Consortium. SOSSEC, Inc., is the Air Force Life Cycle Management Center (AFLCMC) Consortium Initiative (ACI) Other Transaction Agreement (OTA) awardee/recipient. Joining the SOSSEC Consortium is a very quick process. New members will be asked to review the Consortium membership agreement and pay a membership fee. The ACI OTA is an Agreement between the Government (AFLCMC) and SOSSEC, Inc. SOSSEC, Inc., acts as a mentor and intermediary, supporting companies that bid solutions. For further information about SOSSEC or how to join, please contact Linda Sasser, (603) 458-5529, lsasser@sossecinc.com.� NOTE: The below paragraphs are only excerpts from the full Project Announcement. For the full Project Announcement, please contact Linda Sasser, SOSSEC, Inc, (603) 458-5529, lsasser@sossecinc.com. 1. �Introduction This Project Announcement (PA) is for a Request For Information (RFI). This RFI announcement is being issued for a Source Sought only at this time from SOSSEC Consortium Members. Overview This RFI is for a Sources Sought to upgrade the current Integrated Avionics Computer (IAC) for Navy T-6B, and Army T-6D Texan II (hereafter referred to as T-6) aircraft in order to comply with the 22 June 06, SECDEF Memo, Reducing Preventable Accidents. This market survey is being conducted to identify potential SOSSEC Consortium member sources that may possess the expertise, capabilities, resources and experience to meet the requirements for upgrading the IAC for the T-6. 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 the U.S. Government operates with 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 Potential upgrade shall provide the aircraft with a replacement integrated avionics computer with higher reliability and additional capabilities. The replacement integrated avionics computer will replace the existing IAC and the associated software, within the existing flight management computing system, and will require minimal disturbance to interfacing hardware and other systems. 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 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 AC 23.1309-1C Equipment, Systems, and Installations in Part 23 Airplanes, and AC 23.1311-1B Installation of Electronic Displays in Part 23 Airplanes. The replacement integrated avionics computer will provide video for three (3) multifunction displays (MFD) per cockpit and one (1) Heads up display (HUD). It will also receive inputs from an Up Front Control Panel and Bezel buttons on MFD. The MFDs feature available pages for Primary Flight Display, Navigation, EICAS, maintenance status and bits, and tactical situation display. The following capabilities are required. Primary Flight Display Engine Indication and Crew Alerting System (EICAS) Flight Management System (FMS) (RNAV1/RNAV2 LPV capable) WAAS enabled GPS Receiver Controlled Flight Into Terrain � Prevention (TAWS Class B minimum) Mission Training Software RFI RESPONSE INSTRUCTIONS:� 1.� Please provide the information below as part of your RFI response.� Responses must be no more than 10 pages.� Company/Institute Name: Address: CAGE Code/DUNS: Point of Contact: Phone Number: E-mail Address: Web Page URL: 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. Based on the above NAICS Code, state whether your company is: Small Business���������������������������������������������������������������������������������������������������� (Yes / No) Woman-Owned Small Business����������������������������������������������������������������� �(Yes / No) Small Disadvantaged Business��������������������������������������������������������������������(Yes / No) Economically Disadvantaged Woman-Owned Small Business����� (Yes / No) 8(a) Certified����������������������������������������������������������������������� ������������������������������� (Yes / No) HUBZone Certified������������������������������������������������������������ ����������������������������� �(Yes / No) Veteran-Owned Small Business���������������������������������������������������������������� �(Yes / No) Service-Disabled Veteran Small Business�������������������������������������������� �(Yes / No) System for Award Management Registration (formerly CCR)������� (Yes / No) State if you intend to submit as the Project Level Performer (PLP) or as a subcontractor (identify the PLP with whom you will be a subcontractor). A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership).� Also, identify if you plan to propose the use of any foreign owned or foreign controlled subcontractors/vendor; and, if so, identify the country of ownership.� Provide a synopsis of your company�s capability in meeting the requirements.� If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome that lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).� Failure to provide documentation may result in the U.S. Government being unable to adequately assess SOSSEC Consortium members� capabilities.� Provide a Rough Order of Magnitude (ROM) supporting your company's recommended material solution.� This ROM request is issued as a part of the Government's market research and is solely for the information and planning purposes.� It does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future.� In addition, this request does not commit the Government to contract for any supply or service.� All costs associated with responding to this request will be solely at the contractor's expense. 2.� RFI Responses are due to SOSSEC, Inc., no later than 13 March 2020 at Noon, ET in accordance with the following procedures:� Only submissions to SOSSEC, Inc. that comply with the following instructions will be accepted: RFI Uploads:� When submitting RFI, you will need to log in on the SOSSEC Consortium website (www.sossecinc.com) to upload the RFI package.� Go to the project announcements and locate the announcement related to the request.� There you will find the �Responses� tab.� Please make sure to mark your documents accordingly with the Project Announcement Number on all documentation submitted.� Upon successful upload, you will receive an email stating successful upload.� Also, email a copy of all proposal documents to lsasser@sossecinc.com and amcwade@sossecinc.com; and, ensure you receive a confirmation of receipt from either POCs. Encrypt or password-protect appropriately all documents with Proprietary information and/or Controlled Unclassified Information (CUI) special marking requirements prior to sending. Offerors are responsible to confirm receipt by contacting the SOSSEC, Inc. POCs. SOSSEC, Inc. is not responsible for undelivered documents. Questions can be directed to SOSSEC, Inc. 3.� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� A Request for WhitePaper (RFWP) may be released to SOSSEC Consortium Members after the RFI responses are received and reviewed.� The information provided in this RFI is subject to change and is not binding upon the U.S. government.� The U.S. government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought.� All submissions become U.S. government property and will not be returned. 4.� All responsible SOSSEC Consortium Members in good standing may submit responses.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b5927ef50e174a1bb4cbeceadbb1de7f/view)
 
Record
SN05571547-F 20200227/200225230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.