Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2005 FBO #1209
MODIFICATION

16 -- E-2/C-2 Digital Flight Control Computer Request for Information (RFI)

Notice Date
3/17/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00019-05-P7-ZA215
 
Response Due
5/9/2005
 
Archive Date
5/24/2005
 
Point of Contact
Deborah Flaherty, Contract Specialist, Phone 301-757-7030, Fax null, - Matthew Pruitt, Contract Specialist, Phone 301-757-7031, Fax 301-757-7054,
 
E-Mail Address
deborah.flaherty@navy.mil, matthew.pruitt@navy.mil
 
Description
This announcement constitutes a Request for Information; it is NOT a Request for Proposal. The intent of this RFI is to assist the Naval Air Systems Command (NAVAIR) in conducting market research to identify potential sources of flight control computers to replace the existing computers in the E-2C and C-2A Automatic Flight Control Systems (AFCS). The replacement Digital Flight Control Computer (DFCC) is intended to reduce aircraft operating costs, increase reliability and maintainability, improve airplane flying qualities, and provide growth capability for future performance enhancements. A U.S. Navy integration team will lead the effort to install the replacement DFCC into the E-2 and C-2 aircraft. Upgrades to current flight control computers as well as Non-Developmental replacement computers will be considered. Pending future funding allocations, specific DFCC functional requirements will be defined. For purposes of this initial market request for information, prospective vendors should consider the following general performance requirements: The replacement DFCC shall operate in a carrier-based aircraft environment with an MTBF exceeding 5000 hours. The DFCC shall be a form and fit replacement of the existing computer, interfacing with the existing flight control sensors and actuators. The DFCC shall provide airplane flying qualities improvements and growth capability for future performance enhancements, to include integrated navigation system functions. The DFCC shall provide a Continuous Built-In Test (CBIT) to detect and isolate in-flight faults within the DFCC and, in other AFCS WRAs where practical. In order to minimize single-point failures within the AFCS, a DFCC with redundant computing channels and fault isolation paths is preferred. Consideration shall be given to using other existing sources of sensor data to further enhance CBIT effectiveness. The DFCC shall also provide an IBIT to demonstrate the operational readiness of the DFCC and other AFCS WRAs, where practical. IBIT shall provide the maintainer with adequate information to identify the faulty WRA, or where ambiguous, the faulty WRA or wire group. This program is currently unfunded. Future program funding status is to be determined, and may include one, or both aircraft types. However, the replacement DFCC shall be common to both the E-2 and C-2 aircraft. In addition, the replacement DFCC shall ensure a positive return on investment when compared to total ownership cost of the current systems. The U.S. Navy E-2 inventory is currently 69 aircraft and is expected to remain in service through 2035. The U.S. Navy C-2 inventory currently consists of 35 aircraft and is expected to remain in service through 2017. The E-2/C-2 Program Office will consider alternative funding sources for this program. Some of those sources, but not necessarily all, will include applications to the Naval Inventory Control Point (NAVICP) LECP program, similar programs sponsored by the Defense Logistics Agency (DLA), the OSD Reduction in Total Ownership Costs program, the NAVAIR Cost Wise Readiness Initiative program (CWRI), and the Foreign Comparative Test (FCT) program. Information contained in responses to this RFI may be used to support any, all or other program initiatives. Responses to this RFI should include: 1.) A summary outline of the performance specifications of the replacement DFCC; 2.) A short description of the hardware and software changes which may be required to meet E-2 and C-2 unique aircraft interfaces; 3.) A rough order of magnitude (ROM) estimate of vendor non-recurring costs; 4.) A ROM estimate of DFCC unit costs; and, 5.) Any other information at vendor discretion, but limited to 5 printed pages. To the maximum extent possible, estimated E-2 and C-2 costs should be separated. Written responses to this announcement can be submitted to: Ms. Deborah Flaherty NAVAIRSYSCOMHQ NAVAIR Contracts 2.2.2.2.1 47123 Buse Road Unit IPT Suite 453 Patuxent River, MD 20670 deborah.flaherty@navy.mil
 
Record
SN00771002-W 20050319/050317212417 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.