Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2024 SAM #8228
SOURCES SOUGHT

17 -- HORIZON REFERENCE SYSTEM (HRS) FOR LITTORAL COMBAT SHIPS (LCS)

Notice Date
6/5/2024 2:26:25 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524RFI0233
 
Response Due
6/20/2024 2:30:00 PM
 
Archive Date
07/05/2024
 
Point of Contact
Kelly Gray, Phone: 7323232287
 
E-Mail Address
kelly.e.gray13.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ HORIZON REFERENCE SYSTEM (HRS) FOR LITTORAL COMBAT SHIPS (LCS) INTRODUCTION This Request for Information (RFI) is issued pursuant to FAR 15.201(e) and in conformance with DFARS PGI 206.302-1. This RFI is for information and planning purposes only and does not constitute a solicitation or promise to issue a solicitation in the future. It is a Market Research tool being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. This request for information should not be construed as a commitment from the Government to award a contract as a result of this RFI.� No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this sources sought is strictly voluntary. REQUIREMENT The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking potential sources and feedback from industry on its ability to provide the design, manufacture and support of a Horizon Reference System (HRS) for Littoral Combat Ships (LCS), including both Freedom and Independence Classes. Horizon Reference System Description: The HRS shall provide an artificial horizon reference which is independent of the ship�s rolling motion. The display shall be in the same plane of vision as viewed by a helicopter pilot conducting a normal obstruction clearance scan during landing approach and recovery operation.� Interface Requirements: Power: The HRS shall be suitable for operation under Type I power in accordance with MIL-STD-1399, Section 300. Operation: The HRS shall be capable of remote operation and control from the Helicopter Control Station. Ship Motion: The HRS shall receive gyro data from the ship either directly or through a network interface. Installation: The display shall be capable of being installed on both Freedom Class and Independence Class LCS ships at a minimum, and may be installed on other Air Capable Ship classes. System Quality Requirements: Reliability: Mean Time Between Failure (MTBF) shall be equal to or greater than 500 hours. System Survivability Requirements: Environment: The HRS shall be suitable for operation in a shipboard environment including, but not limited to, high humidity, high and low temperatures, blowing sand and dust, blowing rain, ice and freezing rain, salt fog, solar radiation, high winds, shock and vibration. The HRS shall also be suitable for operation in a shipboard electromagnetic environment as defined in MIL-STD-461 and MIL-STD-464. Corrosion: The HRS shall withstand corrosion. Fungus: The HRS shall withstand fungal growth. Performance and Operation: Accuracy: The HRS shall invert the ship�s roll motion with an accuracy of �0.5� of the input gyro signal. The HRS shall be visible and compliant for use in daytime/sunlight conditions as well as in nighttime conditions with and without Night Vision Devices (NVDs). The HRS shall be designed for personnel safety and shall meet Human Factors requirements as specified in MIL-STD-1472. System Security: The HRS shall be designed to meet cybersecurity requirements for an authority to operate (ATO) approval as defined in DoDI 8510.01, Risk Management Framework (RMF) for DoD Information Technology (IT). Additionally, the HRS should have the ability to prevent, mitigate and recover from cyber-attacks. Maintenance: The HRS shall be maintainable by ship forces, ideally while operating at sea. ELIGIBILITY The applicable NAICS code for this procurement is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). The PSC for this requirement is 1710 (Aircraft Landing Equipment). All interested businesses are encouraged to respond. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the RFI �in order to assist the Government�s capability determination. CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS At a minimum, interested parties shall submit technical literature / brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. The Government is interested in receiving vendor price lists for items they believe meet the need in this RFI. Supplying Rough Order of Magnitude pricing does not imply a contractual obligation and must be provided and marked as Price Data.� Any other relevant information may also be submitted for consideration. Respondents shall provide administrative information, and shall include the following as a minimum: Company Name; Company Address; Cage Code; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Business type/company classification as it relates to the NAICS code designated in this announcement (e.g., Large or Small business, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Country of origin for main component(s). HOW TO RESPOND Interested companies shall respond within fifteen (15) days after release of this RFI with currently available product information that meets the Navy�s requirements above.� Please submit your response to this RFI via e-mail no later than 20 June 2024, 5:30 PM EDT to Contract Specialist, Ms. Kelly Gray, at kelly.e.gray13.civ@us.navy.mil. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. No classified information shall be submitted. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e3518822a66143b59bbf20a77436a37a/view)
 
Place of Performance
Address: Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN07087772-F 20240607/240605230120 (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.