Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOURCES SOUGHT

K -- Flight Management System Software Modules

Notice Date
4/28/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00019-16-P7-ZD023
 
Archive Date
6/12/2016
 
Point of Contact
Sharina N. Miller, Phone: 301-342-2221, Diana K. Harritt, Phone: 3017576978
 
E-Mail Address
sharina.miller@navy.mil, diana.harritt@navy.mil
(sharina.miller@navy.mil, diana.harritt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Naval Air Systems Command, PMA209 (Air Combat Electronics), is conducting market research to identify qualified, experienced, and interested potential sources for Flight Management System software modules that support contemporary Performance Based Navigation (RNP RNAV) capability, which shall be Future Airborne Capabilities Environment (FACE TM ) Edition 2.1 conformant, for integration into multiple USN/USMC platforms (fixed and rotary wing). This market research is focused on concepts consistent with possible integration into platform(s) starting in FY2019 timeframe. 2. This market research will consist of this notification and an Industry Day One-on-One for those who need clarification or desire discussion to help refine their response. Industry Day One-on-One can be requested by contacting the Point of Contact listed below within 10 business days of this notification. Industry One-on-One must take place within 30 business days of this notice. Responses to this market research notification are due NLT 60 business days from this notice. 3. This notice is issued solely for information and planning purposes only and shall not be considered as an invitation for bid, request for quotation, Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this notice or the Government use of such information. Not responding to this Sources Sought Notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website ( https://www.fbo.gov ). 4. Solely at the Government's discretion, vendors responding to this notice may be allowed time to brief their responses to the Government on a case-by-case basis. 5. Information Sought: a. Identify starting baseline of RNP RNAV software solution and describe what efforts are required for FACE 2.1 conformance, to include estimated SLOC impacts (New, Modified, Reuse) b. Characterize any computing resource requirements (e.g., CPU performance, minimum memory) necessary to support your RNP RNAV software solution c. Using the RNP RNAV FRD Rev B Change 1 dated 8 Dec, to include Appendix A, B and C, identify & trace RNP RNAV software module architecture, including function descriptions for each module, data model to include interface assumptions for external functions d. Identify any potential variances based on integration into platform types (rotary wing/fixed wing) to include tactical/operational requirements e. Identify test strategy for FACE conformance, and test strategy for RNP RNAV capability performance f. Identify pedigree of RNP RNAV software solution (i.e. DO-178B/C, MIL-STD-882, Design Assurance Level, etc.) g. Identify artifacts and effort to generate artifacts to support safety certifications for software solution (safety of flight, DO-178B/C). h. Identify any artifacts anticipated to assist 3 rd party integration of RNP RNAV solution into the targeted platform i. Identify corporate roadmap (to include upgrades, sustainability, etc.) for RNP RNAV software solution j. Identify any vendors and relationships involved in RNP RNAV software solution and relevant qualifications k. Identify software design philosophy/approach/practices, indicating familiarity with developing aviation and safety critical software l. Identify preferred procurement method (acquisition & sustainment) and, if applicable, any license quantity pricing and measure (example: 1-10, 11-50, 51-100, etc. incrementally stepping to 3000 aircraft) m. Identify ROM cost & schedule estimate to include any major activities (i.e. Non-Recurring Engineering, Test, etc.). NOTE: This ROM cost & schedule estimate is NOT binding and will ONLY be used for planning purposes 6. Questions regarding this notice shall be submitted in writing to Contract Specialist Sharina Miller at Sharina.Miller@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting frequently asked questions on the Federal Business Opportunities website (https://www.fbo.gov) accordingly; questions shall NOT contain proprietary or classified information. The Government will accept questions up 30 days after the date of this RFI. Questions received after this date will not be answered. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. All data received in response to this notice, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this notice does not preclude participation in any future associated RFP that may be issued. 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 (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-16-P7-ZD023/listing.html)
 
Record
SN04098963-W 20160430/160428235023-15f9512f3fe261d70f2d9c8f21638ef1 (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.