Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2022 SAM #7502
SOURCES SOUGHT

99 -- C/KC-130T PBN EFI Upgrade

Notice Date
6/13/2022 9:33:13 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM207-0222
 
Response Due
6/28/2022 11:00:00 AM
 
Point of Contact
Kristina Johnson, Bryson Shibe
 
E-Mail Address
kristina.m.johnson79.civ@us.navy.mil, bryson.j.shibe2.civ@us.navy.mil
(kristina.m.johnson79.civ@us.navy.mil, bryson.j.shibe2.civ@us.navy.mil)
 
Description
Tactical Airlift Program Office (PMA-207) under Program Executive Office for Air Assault and Special Missions, PEO(A) at the Naval Air Warfare Center - Aircraft Division, Patuxent River, MD is conducting a Market Survey of Industry to determine potential sources that have the ability to provide Commercial Off-The-Shelf (COTS) Electronic Flight Instrument (EFI) components that can be utilized for use in Performance Based Navigation (PBN) applications onboard C/KC-130T aircraft.� Interested sources that have COTS items available are required to demonstrate maturity of their component through previous integration, and authorization or certification.� Component remove and replace maintenance procedure should only require common hand tools. Components will replace the current L3 Communications EFI-550 Electronic Horizontal Situation Indicator (EHSI) found within C/KC-130T pilot and copilot instrument panels and should be a form-fit replacement.� The Government will take into consideration COTS items that replace multiple components found on instrument panels while utilizing the existing footprint.� This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement.� If required, this contract is anticipated to be a one (1) year effort to include Technical Standard Order (TSO) reauthorization with options for an additional four (4) years to procure up to 70 units.� The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 334511. �Only interested firms who believe they can provide the supplies noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. SUBMISSION REQUIREMENTS Interested businesses shall submit responses by email to the Contracting Officer, Kristina Johnson at kristina.m.johnson79.civ@us.navy.mil.� The capability statement package (no more than TEN (10) single-sided 8.5 X 11 inch pages, font no smaller than 10 point) should demonstrate the ability to provide the requirement as listed above.� All responses shall include company�s full name, company�s address, company business size as it relates to NAICS 334511, current small business status, CAGE code, DUNS number, and Points-of-Contact (POC) including name, phone number, and email address. Within your capability statement package, please address the following items: (1) Describe related experience (within the past five years) providing EFI components for aircraft and related Civil Global Positioning System (GPS) / Wide Area Augmentation System (WAAS) integration on fixed wing aircraft.� State whether the EFI components have Federal Aviation Administration (FAA) Technical Standard Order (TSO) authorization for Transport Category (Part 25) Aircraft.�� (2) Describe how EFI components meet, or can maintain, valid FAA TSO under TSO-C209 Electronic Flight Instrument System (EFIS) Display.� Include if EFI components have any additional TSO authorizations. (3) Describe your company�s process and timeline to update TSO authorization with minor updates.� List the titles of the objective evidence provided to the FAA to support TSO authorizations when minor software modifications are made. Please provide an example of a Software Change Impact Analysis or explain the construct of the analysis for the case of changing the color of a symbology. (4) Provide approved Development Assurance Level (DAL) of component in accordance with Radio Technical Commission for Aeronautics (RTCA)/ Document (DO)-178C, Software Considerations in Airborne Systems and Equipment. (5) Provide approved Development Assurance Level of component in accordance with AC 20-152 (latest revision) RTCA, Inc., Document RTCA/DO-254, Design Assurance Guidance for Airborne Electronic Hardware (6) Describe your company�s timeframe/approach to begin assessment, and update upon contract award in First Quarter Fiscal Year 2023 (Q1FY23).� Additionally, describe your intentions to sustain components through 2037. (7) Describe your company�s production capabilities to support delivery approximately 15 units per year through FY27. (8) Upgrade will not allow mechanical overhaul of layout within instrument panels.� Describe if EFI component fits within the following approximate EHSI installation space constraints: 5.21�(W), by 4.75�(H), by 12�(Depth).� Alternately, describe if your EFI component fits within the combined EHSI and Attitude Direction Indicator (ADI)(ADI-55V, Collins Aerospace) installation space constraints.� ADI space approximately measures 4.85�(W), by 5�(H), by 10�(D). Classified material SHALL NOT be submitted. All proprietary data submitted shall be clearly identified as such and will be protected from release to sources outside the Government.� Any resulting contract is anticipated to have a security classification level of Secret for personnel and facilities clearances. Interested vendors shall submit a response no later than 1400 EDT on 28 June 2022 and reference: PMA-207 C/KC-130T PBN EFI Upgrade. Responses to this request may not be returned. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12720f0c5e074846a0214ce6155f678e/view)
 
Record
SN06356826-F 20220615/220613230109 (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.