Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOURCES SOUGHT

16 -- Full Motion Video (FMV) for UH-1Y and AH-1Z

Notice Date
6/21/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-P7-ZB271
 
Archive Date
7/22/2011
 
Point of Contact
Christin J. Simpson, Phone: 3017575287, Andrew H Warner, Phone: (301) 757-5250
 
E-Mail Address
christin.simpson@navy.mil, andrew.warner@navy.mil
(christin.simpson@navy.mil, andrew.warner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis announcement for market research in support of the procurement of a Full Motion Video (FMV) capable data link system for the UH-1Y and AH-1Z aircrafts. The FMV capable data link system will be comprised of a transceiver, antenna(s), and associated radio frequency equipment (RFE). The purpose of this sources sought is to identify candidate transceivers for the FMV capable data link system that meet the Government's requirements as reflected in this announcement. Recommended compatible RFE and antenna may also be provided at the discretion of the potential offeror. Candidates should submit a statement as set forth below. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS FOR PRELIMINARY PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. FURTHER, THE GOVERNMENT IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT. NO CONTRACT SHALL BE AWARDED BASED SOLELY ON RESPONSES TO THIS MARKET RESEARCH. The Government's goal is to deliver FMV capability to fleet deployed H-1 helicopters in 12 months. The initial capability can be achieved with limited integration on the aircraft. However, the Government prefers a capability that can migrate to a fully integrated solution into both the UH-1Y and AH-1Z aircraft at a later date. The Government's preferred requirements are for a FMV transceiver that may be fully integrated into the UH-1Y and AH-1Z aircrafts at a later date. The transceiver's preferred requirements are as follows: • Transmit FLIR sensor data to airborne/ground based receivers using Ku and C bands • Receive video via Ku/C/L/S bands • Interoperable with AH-1W FM analog system in C/L/S bands • Compliant with the CDL Waveform Specification • All supporting software external to primary transceiver shall be compliant with the Future Airborne Capable Environment (FACE) Technical Standard, edition 1.0, version 2.9, or subsequent (https://www.opengroup.us/face) • Capable of NSA Type 1 encryption • Readily interfaces with 10/100/1000 Base T Ethernet, MIL-STD 1553 data bus, RS-232/422 • Compliant with MIL-STD-461D • Compliant with MIL-STD-704D • Receipt and transmission of synchronus metadata conformant with STANAG 4609 ver 3 • Operate on 28 Volt DC power and require no more than 50 Watts of power to operate • Weight should not exceed 12 lbs • Size should not exceed 5"x5"x10" Not more than 40 units will be desired for near-term (12 month) installation in support of deployed forces. The transceiver should also be compatible with integration into the UH-1Y and AH-1Z Integrated Avionics System (IAS) at a later date (total aircraft quantity of 349). Interested businesses should submit a brief capabilities statement package (no more than five (5) pages) demonstrating ability to provide the requirements listed in this synopsis and any additional system capabilites. The capabilities statement package shall include data clearly defining the minimum interface requirements and the system's total weight, including transceiver and associated RFE. This announcement is NOT a Request for Proposal. The Government will not pay for or reimburse any companies or entities for time spent or materials provided responding to this announcement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities websited located at http://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any follow-on information. No phone or e-mail solicitation with regard to the status of the RFP will be accepted prior to release. This synopsis is for market research only. The applicable NAICS code for this requirement is 334220. Companies shall submit responses to this synopsis by mail to DEPARTMENT OF NAVY, NAVAL AIR SYSTEMS COMMAND, ATTN: Christin Simpson, Contract Specialist, 2.3.1.3.5 301-757-5287, 48202 Bronson Road, Bldg 2805, Suite F-9, Patuxent River, MD 20670. One hard copy and two soft copy CD-ROM responses shall be received at this office no later than 12:00 p.m. Eastern Time on 7 July 2011 and reference this synopsis subject on both the mailing envelope as well as on all enclosed documents. Due to heightened security requirements, ADDITIONAL MAILING TIME may be required for receipt of responses. Information and materials submitted in response to this request WILL NOT be returned. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Classified material SHALL NOT be submitted. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and e-mail address. In addition to the written responses, the Government may decide to conduct optional oral presentations. If held, presentations will be scheduled individually at an appropriate time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-P7-ZB271/listing.html)
 
Record
SN02478777-W 20110623/110621235320-0dec1ffc6dfd09c2924773a19018204b (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.