Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2013 FBO #4198
SOURCES SOUGHT

A -- F-35 Mission Data File Reprogramming Capability

Notice Date
5/21/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
N00019-13-JSF-RFI-MDF
 
Archive Date
7/6/2013
 
Point of Contact
Thomas Sharkey, Phone: 7036074474
 
E-Mail Address
thomas.sharkey@jsf.mil
(thomas.sharkey@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information and Sources Sought F-35 Mission Data File Reprogramming Capability This is a request for information (RFI), issued for the purpose of identifying potential sources with the capability to accomplish the effort described herein. The F-35 Lightning II Joint Program Office will be procuring a Mission Data File (MDF) programming/reprogramming capability with contract award expected in fiscal year 2015. Our primary interface with industry will be the Federal Business Opportunities (FBO) (https://www.fbo.gov/) site. If you have any questions or comments, please contact Tom Sharkey, Contract Negotiator, at 703-607-4474, email: thomas.sharkey@jsf.mil. This is a request for information only as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government does not presently intend to award a contract based on responses to this RFI, but is in need of information on potential sources for a system in support of international customer F-35 MDF production and reprogramming capabilities. This RFI is intended to help the government formulate the acquisition strategy and schedule. The anticipated system will be used by the United States Government and international customers to build, optimize, test, field and support MDFs for the F-35 air system. The testing portion of this system will support the verification and validation of these MDFs using stimulation of actual avionics Prime Mission Equipment (PME) sensors in conjunction with models and/or simulations. The system will provide real-time model and/or simulation of static and dynamic aircraft flight conditions, including simulations of selected aircraft avionic and flight control subsystems, weapons, and the general aircraft operational environment. This environment must provide the capability for operationally representative scenario development, scenario control and execution, data recording, data/configuration management, and scenario/system under test analysis. It is anticipated that this capability will be composed of test benches, Radio Frequency, Electro-optical and Infrared stimulators or simulators, F-35 Prime Mission Equipment (PME (actual aircraft hardware), and an F-35 Software Data Load (SDL). The capability will contain a set of avionics PME (minus apertures) with the ability to stimulate or simulate the sensors behind the apertures in order to test the system integration and operational representative performance. The capability must provide the ability to load operational MDFs onto the F-35 PME, load the stimulators with appropriate emitter environments, and load the integrated environment with operationally representative scenarios. This environment must then provide the capability to execute an operationally representative scenario which tests the MDFs in a robust environment, records the data, and provides the capability to assess and optimize the performance of the MDFs within the overall F-35 Air System. Through the use of tools and equipment the environment will provide: • An operational environment for Radio Frequency, Intermediate Frequency and Infrared Radar stimulation or simulation of the the Mission System Sensors (Radar; Distributed Aperture System; Communications, Navigation and Identification; and Electronic Warfare). • An operational environment for stimulation or simulation of navigation data for the Global Positioning System (GPS) and Inertial Navigation System (INS). • An integrated simulation of all subsystems outside of the Mission Systems Core Processors. • A suite of avionics interface tools to support data capture (monitoring and recording), signal transmission (Data Patch, Interface Generation), and automated testing. • A data analysis capability that enables the MDF evaluation team to assess measures of effectiveness, measures of performance, and perform fundamental operational checkout and troubleshooting of overall MDF and verfication capabilty. In addition, the following are desired: • A simplified cockpit emulation that represents Mission Systems displays, Hands-On Throttle and Stick (HOTAS) controls, and Cockpit and Operator Control switches; an Out-The-Window (OTW) display; and an operator control terminal in order to perform non-scripted test conditions • A weapons console to support installation of the Remote Interface Units (RIUs), a Suspension & Release Equipment (S&RE) simulator, and weapon station disconnect locations to support connection of weapon simulators or electronic devices. In order to provide these functions, the following system objects must be integrated in no less than a SECRET environment to create a comprehensive test line that supports the creation, verification, and validation of mission data for the F-35 platform: • Input Output (I/O) modules to simulate and record the various aircraft interfaces • Control and simulation networks to manage the various I/O devices • Simulation Host Computers for models and scripts • Stimulators to inject real signal information to the sensor PME • Equipment Racks to house the various avionic hardware and I/O equipment • Vendor Test Benches to support some stand-alone testing, if necessary • Storage for data analysis and log information • Simulators to support various F-35 mission system models • Interface devices to route the various I/O modules to the correct destinations • Signal Analyzers to support specialized insight to different types of signals including radio frequency countermeasures • Software: o Tool Software to support the software infrastructure for the Host computers o Simulation software for models o Commercial off-the-shelf (COTS) software to support debug • User Interface for ease of use on the station • Basic Infrastructure support equipment to keep the lab running • All of the Mission System PME required to support testing All systems will be housed in Government facilities. In response to this RFI, please provide the following information: 1. A description of your company, including address, CAGE Code, DUNS number and Point of Contact information. 2. A description of your company's experience in developing and building high fidelity hardware-in the-loop (HITL) capabilities used to support advanced fighter aircraft. Outline experience, to include noting specific aircraft, in integrating air system equipment (hardware and software) with electromagnetic stimulators to create a realistic and robust capability for testing fighter aircraft MDFs. 3. Provide a description of your capability to develop, produce, test, and support a MDF HITL capability. Include information about your electromagnetic capability integration (air system hardware with stimulators/simulators), software tool development, and air system integration (air system hardware with operational flight software) capabilities (including any ISO, CMMI or other certifications that you have achieved), as well as any subcontractor/teaming relationships that might pertain to this effort. 4. Identification of no more than the top five technical risks you have experienced with similar programs to include your successful mitigation techniques based on prior performance. 5. Any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. 6. The applicable North American Industrial Classification System (NAICS) code is expected to be 334511, with a size standard of 500 employees. Indicate whether you are a large or small business in relation to NAICS 334511 and if small, your small business type (Small, SDB, etc.). The Product and Service Codes (PSC) associated with this effort are expected to be AC5 and AC6. Technical questions may be directed to Mr. Brian Lastrom, Technical Advisor at 850-883-4437, email: brian.lastrom@jsf.mil. Contractual questions may be directed to Mr. Tom Sharkey, Contract Specialist, at 703-607-4474, email: thomas.sharkey@jsf.mil. Only formal written responses will be accepted and should be e-mailed (preferred) to thomas.sharkey@jsf.mil or mailed to: Thomas Sharkey, 200 12th Street South, Suite 600, Arlington, VA 22202. Responses are requested no later than close of business on 03 Jul 13. Given the need for a rapid response to this RFI, lengthy and elaborate presentation material and explanations are discouraged. Marketing materials are not a sufficient response to this RFI. Please limit responses to no more than 10 pages (10 point font). A point of contact that can speak for the responding company should be identified to support potential further Government inquiries or explanations that might be needed with regard to the information provided. Responses to the RFI will not be returned. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/N00019-13-JSF-RFI-MDF/listing.html)
 
Record
SN03067700-W 20130523/130521234747-2b4433a13fb529edc0cf8edd3530f108 (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.