Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2020 SAM #6726
SOLICITATION NOTICE

16 -- Request for Information (RFI): V-22 Degraded Visual Environment/Helmet Mounted Display (DVE/HMD) Draft SOW and System Performance Specification for Industry Comment

Notice Date
4/27/2020 3:07:24 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-275-0155
 
Response Due
5/15/2020 2:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Denise V. Thompson, Phone: 3017575305, Kady M. Harris, Phone: 3017575223
 
E-Mail Address
denise.thompson@navy.mil, kady.harris@navy.mil
(denise.thompson@navy.mil, kady.harris@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking feedback from industry on a draft potential requirement for Degraded Visual Environment Helmet Mounted System (DVE/HMD) integrated processing capabilities. Please see www.beta.sam.gov for previous Requests For Information (RFI) issued by NAVAIR for Enhanced Helmet Display and HMD Integrated Processing Capabilities dated 14 Aug 2019. THIS ANNOUNCEMENT CONSTITUTES A REQUEST FOR INFORMATION (RFI). THIS RFI IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS RFI DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SYSTEM FOR AWARD MANAGEMENT (SAM) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. The Naval Air Systems Command, V-22 Joint Program Office (PMA-275), provides life cycle management for the MV-22, CV-22, CMV-22 and V-22 Foreign Military Sales (FMS). As new technologies become available, upgrades to the fielded systems are incorporated in the aircraft to maintain the highest degree of operational capability possible for operational forces. The Naval Air Systems Command has initiated a program, Enhanced Visual Acuity (EVA), to develop a replacement for the currently fielded night vision system with a helmet mounted, digital night vision sensor and embedded display for both day and night use. The V-22 program is seeking information regarding potential integration of EVA capability with existing mission systems avionics. Anticipated modifications include incorporation of a helmet/head tracker, modification/replacement of existing HMD signal processor, and incorporation of software to provide synthetic vision symbology. The purpose of this RFI is to identify Developmental or Commercial Off-The-Shelf (COTS or GOTS) technology solutions essential for supporting modern HMD capabilities. The technologies may address one or more areas described below. Each technology addressed must also include a roadmap identifying the timeline for technology development and maturation. A qualified system, ready for integration and test by 4QTR CY2021 is desired to support EVA integration and transition by 3QTR CY2024. A total aircraft quantity of approximately 350 aircraft is anticipated, plus spares and potential FMS cases. The objective of the HMD Integration requirement is to award a contract to fully develop, integrate and install the HMD system for the entire V-22 fleet. The HMD Integration contract shall provide the V-22 Non-Recurring Engineering (NRE), Test and Evaluation, Product Support, System Engineering and Program Management, and Production/Installation. For the purpose of this RFI, the Government is interested in receiving comments and feedback from industry on a DRAFT Statement of Work (SOW) and Specification (SPEC) for this potential requirement (see paragraph 4.0 for information on obtaining the Government Furnished Information (GFI) package which includes the SOW and SPEC). The following draft documents are part of the GFI package for comment: 1. MV Degraded Visual Environment / Helmet Mounted Display System (DVE/HMD) Development Statement of Work dated 26 March 2020 2. Performance Specification System Specification For the MV-22 DVE/HMD System, Rev 0-3 3. MV-22 DVE/HMD CONOPS The USG requests the contractor identify areas of technical risk that drive project cost and schedule, and areas where the requirements need clarification to support eventual proposal. Please pay special attention to the following requirements: 1. Future Capability, as defined in Spec HMDS-9, 9.1, 9.2, 9.3, 9.4, 9.5. It is the government�s intent to provide future growth capacity as a threshold requirement for this procurement. The future capability will incorporate data and imagery from sensors, not currently installed on V-22, and off-board sources to provide a fused image with the baseline system�s synthetic vision imagery. Please provide feedback on the sufficiency of the reserve processor and memory, and the identified interfaces. 2. Helmet Tracker Line of Sight accuracy, as defined in Spec HMDS-7.1. 3. Latency, as defined in Spec HMDS-3. 4. Reliability Requirements as defined in Spec Annex A. Please identify significant cost and schedule drivers. 5. Alternate display requirements defined in HMDS-14, 14.1, 14.2, 14.3. Please review for completeness and provide feedback that identifies where requirements are not sufficient to support a proposal. 6. Requirements of SOW paragraph 3.3.4 Retrofit. Provide feedback on the GFI required to complete the tasking of this paragraph. 7. Areas of technical uncertainty that without further definition would cause significant cost risk under a Fixed Price contract type. 4.0 Instructions for Receipt of GFI Letter of Intent (LOI). Responding parties must submit an unclassified LOI not to exceed 5 pages with the information below to Denise Thompson (Denise.Thompson@navy.mil) no later than 5:00 PM Eastern Daylight Time (EDT) 01 May 2020. The Government�s intent is to receive industry feedback on draft requirement documents. Interested parties must first submit a Letter of Intent (LOI) and supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization of LOI and supporting documents by PMA275. The LOI shall include the following information to verify credentials (do not submit classified information): * An UNCLASSIFIED description of the respondent�s general capabilities to support this effort. * CAGE code, DUNS Number, and mailing address * Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. * POC information and e-mail address to receive the GFI package * POC to receive additional information or clarification RESPONSES ARE DUE NO LATER THAN 5:00PM EDT 14 CALENDAR DAYS AFTER RECEIPT OF GFI. Comments or other feedback should be submitted electronically to NAVAIR Contracts, Denise Thompson and Kady Harris via email at denise.thompson@navy.mil and kady.harris@navy.mil and PMA-275 IPT, Joseph Bell via email at joseph.bell@navy.mil. The Government does not intend to provide responses to submissions regarding this notice. The Government may discuss any of the information provided via this notice on an as needed basis with the company providing the subject information. All submissions will become government property and will not be returned. Data Markings. Respondents that include data in their response with restrictions on disclosure or use should refer to the marking instructions at FAR 52.215-1(e). International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17b766cce0d04e0d91a26f9ad868e4fb/view)
 
Place of Performance
Address: Patuxent River, MD 20670-1547, USA
Zip Code: 20670-1547
Country: USA
 
Record
SN05636945-F 20200429/200427230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.