Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

99 -- Design, development, modification and maintenance of Government software products in support of the GPWS/TAWS programs

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-R-0091
 
Archive Date
10/15/2011
 
Point of Contact
Christine F. Marshall, Phone: 3017577052, Jan B. Roth, Phone: (301) 757-7037
 
E-Mail Address
christine.marshall@navy.mil, jan.roth@navy.mil
(christine.marshall@navy.mil, jan.roth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road, IPT, Patuxent River, MD 20670 Description: The Naval Air Systems Command (NAVAIR), Air Combat Electronics Program Office (PMA-209), announces its intention to solicit a vendor for the design, development, modification, and maintenance of Government software products in support of the Ground Proximity Warning System (GPWS) and Terrain Awareness Warning System (TAWS). This includes software development, tailoring, and incorporation of mission specific requirements and for platform integration and test support of Government-owned algorithms into naval aircraft. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is being used for the purpose of determining market interest and to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal, including the use of any appropriate small business programs. All interested businesses are encouraged to respond. The government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the government. The information provided herein is subject to change and in no way binds the government to solicit for or award a contract. DESCRIPTION OF REQUIREMENTS The Contractor shall be required to deliver Safety & Flight Operations (SFO) Collision Avoidance Systems (CAS) Products. Products include the Ground Proximity Warning System (GPWS), Terrain Awareness Warning System (TAWS), TAWS II (with Obstacle data base), Automatic-TAWS (A-TAWS), and other safety related products that support the warfighter. The effort covered under this includes program management, engineering and technical support. The Operational Requirements Document, ORD #555-88-00, dated MAY 2000, governs the direction and integration of Ground Proximity Warning Systems (GPWS) and Terrain Awareness Warning Systems (TAWS) into Navy, Marine Corps, other U.S. Government Service aircraft and other commercial aircraft. GPWS and TAWS are embedded software algorithms developed at the Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, under the sponsorship of PMA209, Air Combat Electronics, for implementation into fixed wing and rotary wing aircraft. The government owned algorithms will be provided GFI in support of all efforts. Both GPWS and TAWS use data from existing aircraft flight sensors and provide voice and visual warnings to the pilots to aid in the prevention of Controlled Flight into Terrain (CFIT) mishaps. GPWS, TAWS, A-TAWS and TAWS II algorithms can be hosted in any aircraft computer with sufficient memory and processor throughput, with access to the aircraft data. A major limitation of GPWS is its reliance on the radar altimeter for height above terrain information, limiting the CFIT protection to level and descending terrain. The capability of GPWS was expanded in TAWS with the addition of the Digital Terrain Elevation Database (DTED) to provide forward-looking protection. The TAWS algorithm is the preferred solution for future platform integrations of CFIT protection and can be integrated as a GPWS (without DTED) or TAWS (with DTED) solution. GPWS is fielded on all models of F/A-18, AV-8B and MH-60R/S aircraft. The TAWS algorithm has been fielded on F/A-18C/D/E/F, EA-18G aircraft and Foreign Military Sales of F/A-18s. The TAWS algorithm has also been tailored to meet the requirements of the AV-8B, T-45, E-2D, MH-60R/S, VH-60N AH/UH-1Y/Z, CH-53K, VH-3D, other follow-on Naval Aviation, Department of Defense and commercial aircraft require this capability. TAWS II will incorporate an added obstacle data base to expand safety coverage to aircraft. The Automatic TAWS (A-TAWS) program will be designed to feed CFIT avoidance (TAWS) trajectories to the Flight Control Computer (FCC) to automatically take control of the aircraft to avoid terrain impact. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed. This documentation must address, at a minimum, the following: (1) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein. (2) Experience, initiatives etc... relating to the following systems: Ground Proximity Warning System (GPWS), Terrain Awareness Warning System (TAWS), TAWS II (with Obstacle data base), Automatic-TAWS, software test, integration, flight test and other safety related products that support the warfighter or similar safety related commercial or military software products. (3) Company profile to include number of employees, annual revenue history, small business status under NAICS Code 541712, any small business socio-economic status, office location(s), and DUNS number. (4) Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located in the local NAS Patuxent River area (within 25 miles). (5) Management approach to staffing this effort with qualified personnel which should address current employees available for assignment to this effort, possible subcontracting/teaming arrangements, including how you would plan to comply with the Limitations of Subcontracting clause (FAR 52.219-14), and strategy for recruiting and retaining qualified personnel. (6) Provide documentation of the company's ability to begin performance upon contract award. (7) Provide a description of the company's software development and quality assurance processes including any certifications/assessments (CMMI level 3 or equivalent). The capability statement package may be sent by mail to contracts, Christine Marshall, Code 2.4.2.4.5, Naval Air Systems Command, 47123 Buse Road, Building 2272, Room 256, Patuxent River MD 20670, by email to christine.marshall@navy.mil. Submissions must be received at the office cited no later than 4:00pm Eastern Time on 30 September 2011. Questions or comments regarding this notice may be addressed to Christine Marshall.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-11-R-0091/listing.html)
 
Record
SN02576211-W 20110916/110915000145-493a35530a6e21a9f2805ff77e9673bd (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.