SOURCES SOUGHT
K -- FIELD PROGRAMMABLE GATE ARRAY FOR IMPROVED PERFORMANCE ON THE RADAR DISPLAY COMPUTER
- Notice Date
- 5/23/2022 9:47:42 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893622R0033
- Response Due
- 6/7/2022 3:00:00 PM
- Archive Date
- 07/07/2022
- Point of Contact
- Sheena Tang, Phone: 7607936770, John Faria, Phone: 7607933476, Fax: 7609395694
- E-Mail Address
-
sheena.l.tang.civ@us.navy.mil, john.j.faria2.civ@us.navy.mil
(sheena.l.tang.civ@us.navy.mil, john.j.faria2.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center Weapon Division (NAWCWD) is issuing the sources sought to allow potential sources the opportunity to provide capability statements. The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist and to gain market knowledge of potential qualified sources. The NAWCWD China Lake, CA intends to procure this requirement, on an other than full and open competition basis under the authority of FAR 6.302, �Only one responsible source and no other supplies or services will satisfy agency need.� The intended source is GE Avation Systems, LLC. The AV-8B is a Vertical Short-Take-Off and Landing (VSTOL) aircraft used by the United States Marine Corps (USMC) primarily for Close Air Support (CAS) of ground troops.� The AV-8B uses a Radar Display Computer (RDC) which also acts as the back-up Mission Computer. The RDC processes all crew station display functions in the AV-8B Harrier. General Electric Aviation, LLC (GEAS) is the only source that can provide this since they acquired Smiths Aerospace, the original equipment manufacturer (OEM) of the RDC. The OEM supplier, provided RDC units under contract N00019-13-D-0018. To remain relevant in the current combat environment, AV-8B RDC hardware and software must work together to accurately display all symbols on the Heads Up Display (HUD) and Multi-Purpose Color Displays (MPCD) required for effective operation and mission prosecution. The RDC is unable to display all symbols when symbol intense formats are attempted to be displayed. This display limitation prevents required information from being displayed to the pilot that limits the combat effectiveness and safe operation of the AV-8B Harrier. The General Scope of Work Summary: A) The contract to be issued provides updated FPGA firmware to improve RDC performance. B) The contractor shall deliver a Technical Data Package (TDP) IAW MIL-STD-3001 and ASME Y14.100 for the modification to the RDC to include level III drawings, associated lists, bill of materials (BOM), and schematics.� C) The contractor shall provide the JSSA one (1) set of Joint Test Action Group (JTAG) test equipment, including level III drawings with BOM, software and load instructions for the new firmware, which will allow the Government to perform field modification of Fleet RDC units. D) The contractor shall provide an environmental change impact thermal analysis IAW SDN AV8B-1014 Rev 2. E) The contractor shall perform configuration management (CM) using an approved established Configuration Management Plan and MIL-HDBK-61B for guidance, as necessary. F) The contractor shall perform general project management activities such as planning, scheduling, and monitoring of requirements, design, engineering, and verification activities as they relate to this contract. G) The Contractor shall develop and deliver a project integrated master schedule that identifies the discrete development tasks, milestones, reviews, and applicable Work Breakdown Structure (WBS) elements. The IMS shall clearly identify the project�s critical path.� The IMS shall be reported monthly. ��� Contract Background This requirement is a follow-on procurement to a sole source contract previously awarded under Simplified Acquisition Procedures (SAP). The current SAP contract number is N68936-19-P-0054 which was awarded to GE Aviation Systems, LLC (Cage: 35351 and UEI: P6M6L6AKMZA7). General Requirements The referenced documents that apply to this procurement are: A) MIL-STD-3001 B) MIL-STD-130N w/ Change 1 C) CM Plan 2020 D) MIL-HDBK-61B E) NAVAIRINST 4355.19D F) ASME Y14.100 The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 811219 for Other Electronic and Precision Equipment Repair and Maintenance. � Please submit all questions to Sheena Tang at sheena.l.tang.civ@us.navy.mil. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release. Interested businesses shall submit responses in Microsoft Word format (version 1997-2003) via e-mail to: sheena.l.tang.civ@us.navy.mil. E-mail responses shall be received at this office no later than 3:00 P.M. Pacific Standard Time on 7 June 2022 and reference this RFP number on both the e-mail subject line as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package of no more than 5 pages in length (no more than five 8.5 X 11 inch pages, font size no smaller than 12 point) demonstrating ability to perform those services listed in the General Scope of Work section of this document. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, Company DUNS/UEI Number, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address. This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response as noted above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a28daf5d98614a40ab90ae1633264c36/view)
- Record
- SN06335857-F 20220525/220523230105 (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 |