Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
MODIFICATION

16 -- Aircraft Multi Funtion Displays (MFD)

Notice Date
8/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
RFI-MFD
 
Point of Contact
Heather M. Linzy, Phone: 757-878-3299*249, Michael J. Wastella, Phone: 757-878-3299 ext.259
 
E-Mail Address
heather.m.linzy.civ@mail.mil, michael.j.wastella.civ@mail.mil
(heather.m.linzy.civ@mail.mil, michael.j.wastella.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 - DESCRIPTION 1.1 - The United States Special Operations Command, Technology Applications Contracting Office (TAKO) is seeking information on potential sources concerning a Multi-Function Displays (MFDs) which will satisfy the integration, interface, and processing requirements as detailed below. 2.0 - REQUIREMENTS: 2.1 - General information and coverage. The equipment will be of the manufacturer's current design, new and unused, and capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be completed so that when integrated, it can be used for any function for which it is designed and constructed. 2.2 - Production model. As an objective, components of the system shall be non-developmental items. 2.3 - Definition. The system shall consist of, but is not limited to, the following major components: 2.3.1 - One landscape format MFD meeting the display and mounting dimension characteristics below, or 2.3.2 - One "smart" landscape format MFD meeting the display and mounting dimension characteristics below, or 2.3.3 - Two portrait format MFDs capable of meeting the display and mounting dimension characteristics below, or 2.3.4 - Two "smart" portrait format MFDs capable of meeting the display and mounting dimension characteristics below. 2.4 - Characteristics. Desired equipment capabilities and characteristics are below. Due to severe weight and space limitation, paramount/vital to this platform includes maintaining the weight of avionics equipment to a minimum and identifying equipment with dimensions that will fit within the limited space available. 2.4.1 - Power: 28VDC. Are the system electrical power characteristics tested and qualified to MIL-STD-704F? 2.4.2 - Capability to meet MIL-STD Environmental and Electromagnetic Compatibility requirements (reference MIL-STD 810G and MIL-STD 461F) or currently qualified (desired). 2.4.3 - Military standard (MIL-DTL-38999 or similar) connectors. 2.4.4 - Display and bezel key assembly width (combined for two side-by-side displays) when mounted no greater than 14.5". 2.4.5 - Weight no greater than 15 pounds (combined weight of components described above). 2.4.6 - Multi-Function Display(s) to be utilized for, but not limited to, primary flight display (including vertical and horizontal situation indication), moving map display, mission display, system status, and video/graphics overlay. 2.4.7 - Display usable surface area of at least 70 sq in (required), 90 sq in (desired) 2.4.8 - Display Night Vision Goggle (NVG) compatible. 2.4.9 - Resolution no less than 1024x768 (required), 1280x800 (desired) 2.4.10 - Canopy reflectivity inhibit capability (desired) 2.4.11 - General purpose (software-defined), Night Vision Imaging System (NVIS) compatible lighted (controllable) bezel keys (minimum of 8) Additional characteristics for "smart" systems with video processing capabilities: 2.4.12 - Real-time operating system 2.4.13 - Non-video I/O such as A429 in/out 2.4.14 - Graphics processor unit supporting an ARINC 661 graphics server. 2.4.15 - Multi-video overlay and graphics over video capability 2.4.16 - Ethernet connectivity 3.0 - RECOMMENDED RESPONSES: 3.1 - Respondent's responses to this announcement shall include the following information and address the following questions: 3.1.1 - Respondent's name, address, point of contact (POC), phone number, and e-mail address. 3.1.2 - Business size. 3.1.3 - No more than four pages providing clarification/explanation of the component(s) to include historical usage, if any. This portion of the response should clarify how the component meets all the above requirements. Note: Specific parameters and data of interest include: 3.1.3.1 - Dimensions including overall, display, mounting. 3.1.3.2 - Weight. 3.1.3.3 - Power consumption (with heaters on, if part of configuration). 3.1.3.4 - Environmental qualifications, specifying environmental conditions that the proposed product has been shown to be in compliance as well as conditions for which the product has either not been tested for compliance or is not compliant. If qualified, identify the cognizant engineering authority. 3.1.3.5 - Passive/Active cooling description. 3.1.3.6 - Mean Time Between Failure (MTBF). 3.1.3.7 - Video input type/quantity 3.1.3.8 - Viewing angle 3.1.3.9 - Viewable/Usable screen size 3.1.3.10 - Resolution 3.1.3.11 - NVIS compatibility 3.1.3.12 - Specular reflection (I.E. <1% per MIL-L-85762A) 3.1.3.13 - Chromaticity 3.1.3.14 - Luminance 3.1.3.15 - Luminance/Day/Night control ability 3.1.3.16 - Backlight technology, including region control capability 3.1.3.17 - Quantity of unassigned bezels 3.1.3.18 - Current availability 3.1.3.19 - Production rates 3.1.3.20 - Obsolescence planning 3.1.3.21 - Performance discriminators from other competitors Additional characteristics for systems with video processing capabilities 3.1.3.22 - General Purpose Processor 3.1.3.22.1 - Type, quantity, speed (DMIPS (Dhrystone MIPS (Million Instructions Per Second)), Random Access Memory (RAM), Non-Volatile RAM (NVRAM) range available 3.1.3.22.2 - Operating system 3.1.3.23 - Graphics Processor 3.1.3.23.1 - Type, quantity, speed (DMIPS), RAM, NVRAM range available 3.1.3.23.2 - Capability to support overlay of input video with generated graphics and multiple input videos 3.1.3.23.3 - Does the processor support an ARINC 661 graphics server? 3.1.3.24 - Card/Backplane interfaces 3.1.3.25 - Non-video digital inputs - Types and quantity 3.1.3.26 - Ethernet network capability 3.1.3.27 - Future Airborne Capability Environment (FACE) compatibility 3.1.4 - Technical specification and supporting information for solutions meeting the performance requirements. 3.1.5 - Interface Control Documents (ICDs) available for review. 3.1.6 - Mechanical and Electrical drawings available for review. 3.1.7 - Any associated Technical Standard Order(s) (TSOs), Supplemental Type Certificate(s) (STCs) or other flight releases from cognizant aeronautical engineering design authority (e.g. Department of Defense (DoD), Federal Aviation Administration (FAA), European Aviation Safety Agency (EASA)). 3.1.8 - Test reports from executed flight test efforts. 3.1.9 - Artifacts providing evidence of DO-178B compliance, and environmental and electromagnetic compatibility MIL-STD qualification. 3.1.10 - Have you sold these products to any government agencies, or non-government, commercial sources? If so, please provide names of agencies, POCs and contract numbers. 3.1.11 - Recommended criteria towards technical capability assessment. 3.2 - Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. 3.3 -The Government intends to utilize personnel from Cruz Associates, Inc., Yorktown, Virginia, and Yahwehs Computers, Inc., Williamsburg, Virginia to provide technical advice and support in review of submitted information. By submitting a response to this RFI, the Contractor consents to the Government disclosing Contractor proprietary information to the aforementioned contractors to develop the acquisition approach. Each of these support contracts have the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends, in the contracts with the Government and employees of these companies have individual non-disclosure statements on file with the company. 4.0 - INFORMATION EXCHANGE MEETINGS: 4.1 - The Government does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. 5.0 - CONTACT: 5.1 - This Request for Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.2 - All interested, capable, and responsible sources that wish to respond to this RFI are asked to provide input to Ms. Heather Linzy, Contract Specialist via email at heather.m.linzy.civ@mail.mil and no later than 12:00 pm EST on 23 September 2013. Questions may be forwarded to the Contract Specialist by e-mail. Contracting Office Address: ATTN: AMSAM-TASO-K Lee Boulevard, Building 401 Fort Eustis, VA 23604-5577 Primary Point of Contact: Ms. Heather Linzy heather.m.linzy.civ@mail.mil 757-878-5223 x249 Mr. Mike Wastella michael.j.wastella.civ @mail.mil 757-878-5223 x259
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/RFI-MFD/listing.html)
 
Record
SN03164997-W 20130829/130828000404-029e55f8384a8aa29336374645b6ca49 (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.