Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOURCES SOUGHT

16 -- T-45C Mini Head-Up Display (HUD) Video Camera System Obsolescence - Sources Sought HUD Camera Configuration Figures

Notice Date
5/4/2016
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying 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
N00019-16-P1-PMA-273-0106
 
Point of Contact
Duane Drury, , Ryan Mullins,
 
E-Mail Address
duane.drury@navy.mil, ryan.mullins@navy.mil
(duane.drury@navy.mil, ryan.mullins@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
T-45C Mini Head-Up Display (HUD) Video Camera System Obsolescence configuration figures (1&2). THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting Market Research of industry to determine potential business sources who have the assets, skills, experience, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal and announced on FedBizOpps. At this time, no official solicitation documents exist. This Sources Sought announcement is not a contract, a request for proposal, a promise to contract, or a commitment of any kind. The US Government will not assume liability for costs incurred by any offeror for travel expenses, presentations, marketing efforts or data related to any data offered for examination. Therefore, the cost of preparing information in response to this notice is not considered an allowable direct charge to the Government. Requirement: The Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, Naval Undergraduate Flight Training Systems Program Office (PMA273) is seeking firms capable of developing and producing a new or updated HUD video camera system for the T-45C aircraft. The HUD camera shall have a Field-of-View (FOV) capable of recording all aircraft HUD symbology, as well as the forward outside view and interface with the Mission Display Processor (MDP) to maintain existing HUD-repeater and recording capabilities. The new HUD camera shall not exceed the current dimensions of the current Video Sensor Head (VSH). The purpose of this Sources Sought is to determine the availability and technical capability of vendors in the commercial sector, including all small businesses (and the following socio-economic categories: HUBZone Small Business concerns, Section 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, and Woman-Owned Small Business concerns) who have the capability to develop, integrate, and produce a HUD video camera system to resolve the current HUD video camera obsolescence issues on T-45C aircraft that are projected to operate through CY 2035. T-45C Background: The Navy model T-45C Goshawk manufactured by Boeing is a two-place, tandem seating, light weight, high performance, fully carrier capable, digital cockpit version of the British Aerospace Hawk. It is powered by a single Rolls Royce F405-RR-401 turbofan engine, producing a sea level, installed, static thrust of 5,527 pounds. Primary DC power is provided by an engine driven 9 KW DC generator which supplies 28 volts to the 28 VDC Generator Bus. AC power is provided by two static inverters that are connected in parallel supplying the AC buses. The inverters are powered from the 28VDC Essential Services Bus and each supplies 115 volts, 400 Hz to the 115VAC buses, and 26 volts, 400 Hz to the 26VAC buses. Two 24VDC batteries provide power for the engine starting system and, in the event of generator failure, for services which are essential for the operation of the aircraft. The batteries are connected to the 28VDC Essential Services Bus. External DC power may be connected and used for ground servicing and for charging the batteries. The current video camera system consists of a VSH and a Camera Electronics Unit (CEU) (Figure 1). The VSH is mounted on the Pilot's Display Unit (PDU), immediately above the Data Entry Panel (DEP) in the forward cockpit such that it is able to record navigation flight reference and attack symbology projected by the PDU into the pilot's HUD field of view. The recorded image is converted by the VSH into video signals which are output to the CEU. The CEU provides composite video signals via the MDP (Figure 2) to the Digital Data Set (DDS) which records the video signals. The video signal is also used by the MDP to display the HUD video to the aft cockpit when "HUD Repeater" is selected. The VSH is 1 inch in height and 13/16 inches in width, however with the mounting bracket, the VSH measures 1 and 1/2 inches from the base of the DEP to the top of the camera. Overall length from the back of the VSH to the front of the VSH lens is 3 and 7/16 inches long. The VSH is secured to the PDU by two screws captive to the PDU structure. The screws engage with threaded inserts built into the VSH. A rectangular multi-pin connector receptacle built into the VSH provides for interface to the CEU by way of a wiring assembly, currently supplied with the PDU, which must be disconnected for access to the two screws securing the VSH to the PDU. The CEU contains electronic circuits that control the operation of the VSH and process the video signals from the VSH to provide composite video signals compatible with the DDS. Two miniature multi-pin connector receptacles mounted on the CEU provide for interface between the CEU, VSH, MDP and power supply. The CEU operates from primary power of 28VDC and includes a power supply unit which provides all internal power requirements of the CEU and supplies power to the VSH. Power supplied to the VSH from the CEU includes 5VDC, 6VDC, 12VDC positive and 12VDC negative, derived from the primary 28VDC input. The current CEU and its mounting tray are installed on a shock mounted shelf on the left side of the equipment bay in the nose of the aircraft, accessed via door 213AL. The CEU includes a pushbutton Built-In Test (BIT) switch and two BIT indicator lights, identified as GO and NO GO. BIT is initiated for maintenance purposes by pressing and holding the BIT switch until the GO or NO GO light comes on in two to three seconds, either indicating satisfactory completion or detection of a fault in the CEU. The BIT status lights are not visible in the cockpit. There are no operating controls which directly affect the VSH and CEU; operation is automatic on connection of electrical power. The HUD camera replacement effort shall require the Contractor to create and install an initial installation kit to modify a verification aircraft for flight worthiness and in compliance with cybersecurity instructions and directives. It also requires the Contractor to create a second installation kit for a validation effort, including installation by the Navy. Finally the Contractor shall build and deliver the remaining kits. Contractor data provided to the Navy for compliance verification, approval and certification shall be leveraged to address Government Systems Engineering Processes and oversight activities. The Contractor shall be responsible for development and delivery of T-45C specification changes, source data for technical manual updates, system drawings, and supporting documentation required to support sustainment and military airworthiness of the aircraft. The Government does not own or have rights to all T-45C engineering drawings and/or specifications for the existing HUD camera. An interface control document for the MDP, which includes the HUD camera can be provided if requested. An update of the existing HUD camera system requires access to Original Equipment Manufacturer (OEM) drawings, computer software code, specifications and engineering data, or a mitigation strategy to provide a solution without such technical data. The OEM for the existing HUD camera is the Boeing Corporation (BOEING). In your response, please address this requirement. It is requested that interested small and large businesses submit to the contracting office a capabilities statement package (no more than 20 pages size 8.5 x 11 inches in length, paginated, single-spaced, and 10 point font minimum). All responses shall include Company Name, Company Address, and at least two Points of Contact including name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the requirements as described in this synopsis. The capabilities statement shall address in detail, at a minimum, all items under Contractor Survey, Parts I, II and III. INSTRUCTIONS: 1. Below are the descriptions of the T-45C HUD video camera system requirements survey. 2. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime Contractor or as a subcontractor (identify the prime Contractor with whom you will subcontract). Please include intentions for small business utilization if your company is not classified as a small business. 3. Both large and small businesses, pursuant to the size status for NAICS code 333316, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. 4. Questions relative to this Sources Sought should be addressed to Duane Drury, duane.drury@navy.mil. CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute Name: 2. Address: 3. Two Points of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page URL: 8. Size of business pursuant to North American Industry Classification System (NAICS) Code: 333316. 9. Based on the above NAICS Code, state whether your company is: a. Small Business (Yes / No) b. Woman Owned Small Business (Yes / No) c. Small Disadvantaged Business (Yes / No) d. Economically Disadvantaged Woman-Owned Small Business (Yes / No ) e. 8(a) Certified (Yes / No) f. HUBZone Certified (Yes / No) g. Veteran-Owned Small Business (Yes / No) h. Service-Disabled Veteran-Owned Small Business (Yes / No) i. System for Award Management Registration (formerly CCR) registered? (Yes / No) 10. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). Part II: General Capability Answers to the below inquiries will be evaluated to determine capability and the likelihood that requirements can be executed based on capability and the chosen approach of respondents. The evaluation will be assessed for risk and impact of cost, schedule and technical performance related matters that could occur depending on the management approach, current capability and needs to establish additional capability. It is preferable to the Government that similar responses to separate inquiries be identified by reference to areas within this market research response that the Contractor feels adequately address the inquiry. 1. Please describe your prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 5 years. For each such experience referenced, please provide: contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the requirements objectives. 2. Provide a summary of the company's capability to meet the requirements objectives and perform the efforts for a contract of this magnitude. This description shall demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) Aircraft avionics system design, integration and testing, (b) integrated aircraft avionics system modification, (c) software development and modification, (d) Capability Maturity Model Integration (CMMI) software level certification, (e) development, upgrading and fielding of modification installation kits, and (f) qualifying, testing, certifying aircraft, aircraft subsystems and components and the development. 3. Describe your Company's organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code(s), statement regarding current Small Business Administration (SBA) business size and socio-economic classification under (i.e., small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, etc.), statement whether your interest in this effort is as a prime Offeror or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted. 4. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime Contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime Contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Is your company capable of performing at least 50% of the work (IAW FAR clause 52.219-14 Limitations on Subcontracting) and do you intend to perform at least 50% of the work as the prime offeror? 5. Describe your capacity and facilities for this effort. Explain any element of this requirement (i.e., engineering, aircraft integration, technical data development, testing, etc.) that your company either doesn't have or that must be established to accomplish tasks that result from the requirements. 6. Does your company have the ability to begin performance thirty (30) days following a contract award? 7. Would your company be able to meet a production schedule of eight (8) kits per month for 32 months? If not, please explain what you would do to meet that schedule. 8. Describe any limitations your company may have for responding to these requirements. Include limitations and courses of action necessary to overcome the limitation. Identify whether the limitation is based on cost, schedule or technical performance issues you feel should be considered. Part III: Technical Approach 1. Describe the ability of your company to provide HUD video camera system capability for the T-45C. Since the Government does not own complete data rights to the aircraft design, describe how you will integrate the HUD video camera system into the aircraft without Government-furnished technical data. If you will be partnering with another company, provide the company name and contact information for an individual knowledgeable about the teaming arrangement at that company. Did you coordinate with the company on this possible partnership and are they willing to be in the partnership? 2. Describe how candidate architecture for the T-45C HUD video camera system capability will incorporate growth for future requirements or technology insertion. 3. Provide literature (schematics, block diagrams or specifications) describing your technical approach to provide the given functionality within the current avionics hardware. 4. Describe your approach to incorporate and certify your proposed T-45C HUD video camera system solution. 5. This effort will require compliance with AS9100C. What quality assurance processes and test qualification practices does your company employ? State whether your company is currently AS9100C certified or how your company will obtain this certification by the proposal due date. 6. Describe your hardware and software configuration control management program. 7. Provide an assessment of the reliability, maintainability and supportability of your approach. 8. Provide an assessment of the program technical, schedule, and cost risks. 9. Provide your technical data sharing methodology and process to allow for independent and/or a mixture of Government organic, Contractor, or Private-Public-Partnering repair and sustainability of components/systems addressed in your response. After the Government reviews all submission, there may be additional need for further follow-on questions. If so, the Government will post additional inquiries on FedBizOpps. If there is enough interest, the Government may hold an "Industry Day" to provide information to prospective respondents. In addition, based on the information you provide, the Government may request an on-site visit to further assess capabilities. Upon evaluation of capabilities statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify subcontracting goals. The acquisition strategy has not yet been determined. Market research results will assist the Navy in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. Your Capabilities Statement shall be submitted by email and received no later than 4:00pm Eastern Daylight Time (EDT) on 03 June 2016 and shall reference N00019-16-P1-PMA-273-0106 on both the email and all enclosed documents to the Contract Specialist, Duane Drury, in either Microsoft Word or Portable Document Format (PDF), via email at duane.drury@navy.mil with a copy to Ryan Mullins at ryan.mullins@navy.mil. Emails larger than 7MB in size may not be received. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government does not intend, nor is it under any obligation, to provide responses or comments on the submitted capability statement package. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Also, should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988. All questions regarding this Sources Sought notice must be submitted via email to Duane Drury at duane.drury@navy.mil with a copy to Ryan Mullins at ryan.mullins@navy.mil. No questions will be accepted by phone. Government responses to submitted questions pertaining to this Sources Sought notice, will be posted on FedBizOpps. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-P1-PMA-273-0106/listing.html)
 
Place of Performance
Address: NAVAL AIR STATION PATUXENT RIVER (NAS PAX), AIR TEST AND EVALUATION SQUADRON TWO THREE (VX-23), Building 2642, 21950 Nickles Road, Patuxent River, Maryland, 20670-1539, United States
Zip Code: 20670-1539
 
Record
SN04106191-W 20160506/160504235026-0bf6cb0fd55fcf4cd60854c4d9da4985 (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.