SOURCES SOUGHT
17 -- ECP-I-EMALS-0066 Block Switch Controller (BSC) Complex Programmable Logic Device (CPLD) Hardware Obsolescence and Firmware Upgrade
- Notice Date
- 1/24/2025 11:30:36 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM251-0445
- Response Due
- 2/8/2025 2:00:00 PM
- Archive Date
- 02/23/2025
- Point of Contact
- Joshua Hirtz, Margo O'Rear
- E-Mail Address
-
joshua.a.hirtz.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil
(joshua.a.hirtz.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil)
- Description
- This Is a Sources Sought Announcement Only. This Sources Sought Notice is being posted to satisfy the requirement of Federal Acquisition Regulation (FAR) 15.201(e), and Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d) and PGI 206.302-1. Introduction The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can develop and implement an Engineering Change Proposal (ECP) in support of the Electromagnetic Aircraft Launching System (EMALS) installed aboard Ford Class Aircraft Carriers. This ECP (referenced as ECP-I-EMALS-0066 Block Switch Controller (BSC) Complex Programmable Logic Device (CPLD) Hardware Obsolescence and Firmware Upgrade) requires non-recurring engineering (NRE), which includes analysis, design, prototyping and integration testing of an upgraded Printed Circuit Board Assembly (PCBA) needed to replace an existing CPLD which has become obsolete and requires upgrades due to processing capacity limitations of the current device. This effort will also require the Contractor to develop and deliver to the Government the design�s technical data package and supporting logistics documentation needed to manufacture the replacement PCBA and to provide sustainment support after the ECP�s fielding. The Contractor will also need to be capable of making code changes to the existing BSC CPLD firmware in order to facilitate porting of the firmware onto the replacement PCBA and conducting extensive testing to verify the firmware�s full functionality on the new device. This engineering change will also include required efforts to verify that the existing CPLD Firmware will function properly on the newly designed PCBA without negative impact to the BSC and EMALS operational performance. This ECP will also require the contractor to develop and deliver to the Government detailed BSC software / firmware documentation needed to formally establish the BSC software / firmware as a formal Computer Software Configuration Item (CSCI). This documentation will serve to enable the EMALS Program to better manage BSC software / firmware future modifications and overall configuration management. The planned contract award date is 4th Quarter FY2025 with performance through FY2028, to include options. Background The current EMALS Block Switch Controller (BSC) Complex Programmable Logic Device (CPLD) is obsolete and can no longer be adequately procured for sparing and repair purposes. Additionally, the current CPLD is operating near its maximum processing capacity. A replacement CPLD type device is required to address associated system readiness and obsolescence issues. The replacement of this CPLD hardware will likely require software or firmware changes in order to properly function with the selected hardware replacement. The Government also intends to transition the existing BSC software / firmware to become a formal EMALS CSCI, thus the Contractor�s requirement to develop and deliver supporting software documentation to support proper CSCI configuration management. Special Requirements NAVAIR expects to receive from each respondent a full response with capability summary per the �Capability Package Submittal Information and Instructions� below, which contains a detailed description of the items listed below. If ALL requirements listed below are not addressed and clearly demonstrated in the response, the respondent will be deemed incapable. Demonstrate the interested vendor has possession or authorized access to the necessary technical data, or a viable plan to obtain, generate or otherwise secure authorized access to the necessary technical data, and how it will be maintained throughout the duration of the effort Demonstrate how the interested vendor will develop, prototype, and perform all necessary testing, except for site testing, for an EMALS Block Switch Controller CPLD that improves the performance and reliability of the assembly Demonstrate how the interested vendor will develop and produce updated technical data and drawings for the ECP identified within this Sources Sought and incorporate updated logistics products into the existing Logistics Product Database and Interactive Electronic Technical Manual(s) Eligibility The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1720 - Aircraft Launching Equipment. The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition. 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 the response to this notice to assist the Government�s capability determination. 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. Capability Package Submittal Information and Instructions Responsible parties may identify their interest by responding to the requirement with a capability statement (no more than 10 pages in length). No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of the listed points of contacts using the contact information provided. Interested parties are requested to submit their capability statement along with their company name, address, and any comments or questions to Joshua Hirtz, joshua.a.hirtz.civ@us.navy.mil and Margo O�Rear at margo.b.orear.civ@us.navy.mil by 5:00 PM (EST) on 06 February 2025. Late responses submitted past the day and time aforementioned may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, UEI number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. The Government will acknowledgement receipt of the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions should be clearly marked IAW DoDI 5200.48, Controlled Unclassified Information (CUI). Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cbb0dee2df344cd4bd032fc05c8dbefa/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07323093-F 20250126/250124230103 (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 |