Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOURCES SOUGHT

59 -- Sources Sought for F-15EX, F/A-18E/F, and EA-18G Low Profile Heads-Up Display (LPHUD) Replacement

Notice Date
3/8/2024 1:34:46 PM
 
Notice Type
Sources Sought
 
NAICS
33641 —
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
24-018_LPHUD
 
Response Due
4/8/2024 1:00:00 PM
 
Archive Date
04/23/2024
 
Point of Contact
LCDR Kyle Ellis, Blake Strickland
 
E-Mail Address
kyle.p.ellis.mil@us.navy.mil, blake.a.strickland.civ@us.navy.mil
(kyle.p.ellis.mil@us.navy.mil, blake.a.strickland.civ@us.navy.mil)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 announcement, dated 8 March 2024, is seeking possible sources for the production of a form, fit, and function replacement for the Low Profile Heads-Up Display (LPHUD) nomenclature DU-59/A, NSN 7025-01-687-9444, as part of the F-15EX, F/A-18E/F and EA-18G aircraft Advanced Cockpit System (ACS). The replacement system shall aid the warfighter by providing a transparent display of vital flight information without requiring pilots to look away from their usual viewpoints. The LPHUD shall be capable of displaying boresight symbol, flight path vector symbol, acceleration indicator, angle of attack indicator, navigation data and symbols, target designation indicator, closing velocity with target range to target/waypoint, weapon seeker or sensor line of sight, weapons status, and other symbology.�� The LPHUD will be used within the forward cockpit. The replacement LPHUD shall include a removable color video camera to photograph the forward exterior of the aircraft, with a similar field of view as the replacement system, so that the LPHUD can superimpose symbology for mission debrief and battle damage assessment. The color video camera may be attached to the replacement, bore-sighted to the replacement, or all in one piece.� In addition, the replacement shall comply with Mean Time Between Failure of 1,163 flight hours, open architecture and United States Navy (USN) limited Intermediate Level Repair.��� Furthermore, the replacement LPHUD shall interface with both the existing F-15EX, F/A-18E/F and EA-18G aircraft without the need to change existing interfaces or aircraft software. The replacement shall maintain current size, weight (shall not exceed 57 pounds [including the combiner / optics assembly]), power, and cooling (SWAP-C) requirements and shall be compatible with F-15EX and F/A-18E/F and EA-18G Advanced Cockpit System Aircraft.�� The contractor will complete production and testing of the HUD, support program management, Integrated Logistics Support (ILS) source data and integration support during aircraft integration and support the forced retrofit of the HUD into both the F-15EX and the F/A-18E/F and EA-18G baseline.�� The production contract is planned to contain a base year with 4 option years.� The contemplated production retrofit quantities are FY25 (quantity 62); FY26 (quantity 75); FY27 (quantity 80); FY28 (quantity 83); and FY29 (quantity 51) and spares quantities of 130 (total).� Total production quantities, including those beyond the contemplated production contract, are anticipated to be 667 LPHUDs.� Delivery of a United States Government (USG) qualified, validated, and verified HUD system ready for installation into end user platforms is required no later than May 2025.� The contractor shall have the capacity to repair up to 10 LPHUDs per month in addition to the production quantities.��� If an interested party has the potential ability to perform the requirements contemplated herein, please provide the following information:� -Describe the contemplated LPHUD solution in the context of the Government�s required capabilities.� -Describe your companies experience with the F-15EX and F/A-18E/F and EA-18G Advanced Cockpit System Aircraft.� -Discuss your process for addressing any form, fit, and function issues that may arise out of this effort.�� -Identify and discuss the normal and maximum sustainable monthly production rates for an LPHUD.�� -Identify and discuss the normal and maximum sustainable monthly repair rates for an LPHUD.� Also describe if the production line and the repair line are shared or distinct.��� -Describe any non-recurring engineering activity necessary to address the Government�s required capabilities.�� -Identify the production lead time for an LPHUD after receipt of contract.��� -Describe any risks to meeting the delivery of a USG qualified, validated, and verified HUD system ready for installation into end user platforms no later than May 2025.� -Describe experience with integration work with the F-15 and F/A-18E/F and EA-18G original equipment manufacturer.��� -The Government does not possess the technical Level 3 drawing package required to manufacture the Weapons Systems Replaceable Assembly (WRA) that is currently qualified to interface with the existing system.� If you believe you are capable of meeting this capability, you must either 1) demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited, or 2) you may highlight unique data generation techniques used by your company, or that the capability can be provided without technical data provided by the Government and/or the OEM.� - Identify any technical data or property that would be needed to be provided by the Government to meet the requirement.� This is NOT a Request for Proposal. Firms that can meet the USAF�s and USN�s requirement in the timelines identified above are encouraged to identify themselves by submitting a response to this Sources Sought Notice.�� ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a Fixed Price type for production units with limited Cost Reimbursable type for any required Non-Recurring Engineering.� SUBMISSION DETAILS: Interested parties shall submit a brief capabilities statement package demonstrating their ability to perform the services described herein no later than 8 April 2024.� The capability statement packages shall be sent by email (or DoD Safe for larger files) to the below Procurement Group Points-of-Contacts.� Questions or comments regarding this notice may be addressed to Procuring Contracting Officer, Mr. Blake Strickland and Contract Specialist, LCDR Kyle Ellis. All responses shall include Company Name, Company Address, Company Business Size, and POCs including name, phone number, and email address.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9df879ab92e46b8bcbf0dc40df793d5/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN06991340-F 20240310/240308230110 (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.