Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

16 -- C-5 Core Mission Computer / Weather Radar Replacement Program

Notice Date
9/20/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8625-18-R-6810
 
Archive Date
10/20/2017
 
Point of Contact
Michelle S. Pickel, Phone: 937-656-9540, Jennifer P. Ohlson, Phone: 937-656-7992
 
E-Mail Address
AFLCMC.WLSK.C5CMCWxR@us.af.mil, jennifer.ohlson.5@us.af.mil
(AFLCMC.WLSK.C5CMCWxR@us.af.mil, jennifer.ohlson.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
C-5 Core Mission Computer / Weather Radar Replacement Program (Production Only): The Air Force Life Cycle Management Center (AFLCMC), Mobility Directorate, C-5 Division (AFLCMC/WLSK) intends to award a sole source contract to Honeywell International Inc. for the supplies and services to support upgrade of specific circuit card assemblies within the Core Mission Computer (CMC) in order to increase the throughput capacity without replacing the entire CMC for the Core Mission Computer / Weather Radar Upgrade (CMC/WxR) Production Program-a critical requirement of Air Mobility Command (AMC). The CMC/WxR is a permanent sustainment modification to the C-5M Fleet which includes modification to the current CMCs Versatile Integrated Avionics and Avionics Interface Units (VIA/AIUs) architecture, as well as integration of a new Weather Radar. The CMC modification of the VIA and AIU will replace the current Core Processing Module cards with Core Processing Module II (CPM II) cards which are needed to support the new WxR system, as well as future mandate requirements by AMC and the Federal Aviation Administration (FAA). To accomplish this effort, the USG will transfer units developed under the C-5M Avionics Modernization Program (AMP) program as Government Furnished Property to Honeywell International (HON) to return the units to serviceable condition. The Contractor shall replace the end-of-life Static Random Access Memory (SRAM) chips on the Input/Output Module (IOM) circuit card assembly (CCA), inspect and replace, as needed, the Advanced Micro Devices (AMD) microcontroller chips and replace the legacy CPM CCA with the new CPMII CCA. The Contractor shall then procure new and refurbish existing peculiar support/test equipment necessary for production to meet the anticipated CMC/WxR kit production schedule. The sole source Engineering, Manufacturing and Development (EMD) contract was awarded in February 2014 to Lockheed Martin Aeronautics (LMA). LMA selected Honeywell International's software design for integration in the LMA-selected commercial-off-the-shelf CMC that best satisfied the government's minimum requirements. The upgraded kits were installed on two (2) C-5M aircraft under the EMD phase and Operational Test & Evaluation (OT&E) is scheduled to begin in Oct 2017. There is no intent to develop a new source for these components or to complete a redesign of the core computer. Costly engineering and extensive lead times would be required to redesign and integrate a new core computer that would be compatible with existing subsystem elements. The Government intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This requirement will not be set aside for small business and will be covered under NAICS code 336411. Honeywell is the sole designer, developer, and Original Equipment Manufacturer (OEM) of the VIA/AIU. Honeywell has proprietary software, drawings, design and manufacturing technical data, and unique test equipment that is required to conduct the level of effort described for the VIA/AIU repairs and upgrades from the Avionics Modernization Program (AMP) (P/N-903) and Reliability Enhancement and Re-engining Program (RERP) (P/N -904). Honeywell owns the Technical Data and design data for the Core Processing Module II Circuit Card Assemblies, which would not be available to companies trying to replicate this effort. The United States Air Force does not possess or have rights to this information required to provide it to a third party. The requirements of this effort are not commercial in nature and are exclusive to operations and sustainment of the C-5M aircraft. The C-5M core mission computer was designed by retrofitting Honeywell Commercial Product CP8527501-903 and CP8527470-903 Line Replaceable Units with a New CPM II Printed Board Assembly (PBA). This CPM II PBA contains a Complex Programmable Logic Device (CPLD) and a Printed Board (PB) that are both based on commercial designs. Minor modifications were made to the CPLD and PB Designs for the C-5M CMC/WxR Program. If you believe your company is a potential source for the modification to the current CMCs Versatile Integrated Avionics and Avionics Interface Units (VIA/AIUs) architecture that best meets the attached minimum requirements, then the following criteria are hereby established and all of these criteria are required to be met before the estimated release date of the Request for Proposal on or before 16 Oct 2017. •a. Must have access to, or possess, C-5 and Honeywell source data to include C-5 AMP and C-5 RERP. The United States Air Force does not possess or have rights to this information required to provide it to a third party. •b. Requires Security Clearance for both safeguarding and facility at the Secret level. •c. Must have intimate knowledge of the software and hardware of the C-5 Operational Flight Program. •d. Must have access to the intellectual property for the C-5 CMC infrastructure such that the company can repair, modify, and upgrade. Sources responding to this synopsis are required to submit their statement of technical capability, not to exceed 15 pages addressing the above criteria and attached specifications for this equipment to AFLCMC/WLSK, Attn: Ms. Michelle S. Pickel, 2275 D Street, Bldg 16, Room 127, Wright-Patterson AFB, OH 45433-7222 or by email Wright-Patterson AFLCMC C-5 CMC/WxR AFLCMC.WLSK.C5CMCWxR@us.af.mil no later than 5:00PM EST on 06 Oct 17. The approximate date for issuance of the solicitation is 16 Oct 17 with a response date of 15 Jan 18. Since the government intends to issue a sole source solicitation, FA8625-18-R-6810, no additional synopsis will be issued. This notice of intent is not a request for competitive proposals. Contact Ms. Pickel at (937) 656-9540 for additional information and to request copies of the anticipated contract terms and conditions. The clause at AFFARS 5352.201-9001 "Ombudsmen" is applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-18-R-6810/listing.html)
 
Record
SN04687599-W 20170922/170920232903-05cf1471f2cb810a63b8fe7524aa23a0 (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  © 1994-2020, Loren Data Corp.