Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOURCES SOUGHT

58 -- RFI - Next Generation Visual Landing Aid - RFI

Notice Date
9/10/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFI_N68335-07-T-0013
 
Response Due
10/10/2007
 
Archive Date
10/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Information. There is no solicitation available at this time. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. The Naval Air Systems Command is seeking information from potential sources that can design, develop, manufacture, integrate hardware and software, test and support components for a Next Generation Visual Landing Aid (NGVLA) system. The NGVLA is intended to be the Navy?s newest shipboard Visual Landing Aid system capable of guiding the present and future naval rotary wing aircraft for safe landings. The NGVLA is being developed for forward fit into the DDG1000 class destroyers, with potential applications for other future surface combatants. The major design objectives for the NGVLA are: improve reliability, reduce maintenance & manpower, meet specific requirements of the DDG1000 functionality, mounting configurations, power and controls, lower radar cross section, and meet Night Vision Device compatibility requirements. Proposed performance parameters for the new NGVLA are expected to be available no earlier than October 1st. This information will be sent to interested parties upon request. An RFI for this system and notice of industry conference was previously sent out. The industry conference was held on February, 2007. This notice is being sent again to inform potential proposers that the scope of the effort has changed. In addition to the previously described effort, an additional effort of integration to the ship, including physical mountings and Radar Cross section integration has been added. Rather than just providing the hardware for the shipbuilder to integrate into the ship, the winning contractor of the solicitation will be part of a development Integrated Product Team (IPT). The IPT is anticipated to include an integration design development of the lighting fixtures and MFD into the Radar Cross section (RCS) design of the ship and meet all RCS budget and installation requirements. The SGSI contract will not include RCS integration requirements. The NGVLA program will reflect a system?level acquisition approach for three new components of the total system, which will each be contracted separately. The Navy?s goal is to develop and procure an entire NGVLA system (Multi-Function Display (MFD), new Stabilized Glideslope Indicator (SGSI), and a new Flight Deck Lighting (FDL) system with associated interfaces.). Contracts for each component development, logistics data development and test are anticipated with follow-on options for production quantities and Logistics support. The government intends to structure a program that is economically feasible while meeting the needs of the fleet. This may result in the contractor(s) pricing out one or more of the NGVLA components as a Modified COTS option. The SGSI is composed of a stabilized optical projector which projects Green-Yellow-Red beams of light corridors for pilots to receive a visual cue of correct glide slope. The pilots will receive pulse coded signals for the proper glide slope approach path. The MFD consists of a ?bill-board? type display mounted on the ship?s superstructure above the hangar doors. The MFD will present a horizon reference bar and deck status indication, as well as an ASSIST system indication with capability for future expansion. The FDL is composed of all of the deck lighting and other approach and obstruction indicators required for US Navy aviation certification. All of the control for power, brightness/dimming, fault indication, and status display will be interfaced through the ships Total Ships Computing Environment Infrastructure (TSCEI ) system. Operator control functions will be provided by the ship?s CEDS displays. Interface to the ships data distribution for control and power interface will be specified by the shipbuilder and referenced in the respective component specifications. The development effort is anticipated to be conducted through an Integrated Product Team (IPT) structure. The IPT will consist of the contractor/ NGVLA component designer, the ship builder and NAWC Lakehurst NGVLA team members. The first phase to be executed is the Development phase. During the Development phase, contractors will develop program plans, develop and produce the System Development & Demonstration SDD hardware and support documentation, and test to prove compliance with specification requirements. A single contract will be awarded for the (SDD) phase through a fully integrated, production representative system for Technical and Operational Evaluation. (plus additional subsystems/components required to support environmental and shock qualification of the system components). The SDD system may initially be tested at the NAWCADLKE Test Site. Following successful completion of an initial Developmental Test (DT) program, the system may be refurbished and installed aboard the DDG1000. The SDD phase will begin in FY 07 for the SGSI and FY08 for the FDL and MFD and continue into FY 08 and FY09 (18 months). The Test and Integration phase is expected to last for 36 months, potentially including shipboard install and check-out. Following a successful test at the land based test site or test facility and shipboard testing, a sole source contract for production quantities will be awarded to support DDG1000 class ship availabilities and possible other class installations. The production option contract is anticipated to be a sole sourcecontract for production units including technical and logistic data to support DDG1000 class installation availabilities. Production options will be included to support the DDG1000 construction schedule. Representatives of US companies who have subsidiaries in foreign countries expecting to participate will also be considered under foreign national rules. Note that information to be provided is subject to export controls. Please ensure a certified DD From 2345 is sent to NAVAIR Contracts with your request for performance parameters.
 
Place of Performance
Address: Highway 547 Building 562-3 / Lakehurst, NJ
Zip Code: 08733-5083
Country: UNITED STATES
 
Record
SN01401465-W 20070912/070910221829 (fbodaily.com)
 
Source
FedBizOpps 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.