Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2021 SAM #7041
SOURCES SOUGHT

59 -- Digital Cockpit Display Capability for MH-60R/S Aircraft

Notice Date
3/8/2021 6:32:16 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM299-0001
 
Response Due
3/30/2021 2:00:00 PM
 
Archive Date
04/14/2021
 
Point of Contact
Riley Stanton, Margo O'Rear
 
E-Mail Address
riley.stanton@navy.mil, margo.orear@navy.mil
(riley.stanton@navy.mil, margo.orear@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), MH-60 Contracts Department (AIR � 2.3.4.2), Patuxent River, MD is seeking eligible business firms who are capable of performing the software development, manufacture and integration of an Engineering Change Proposal (ECP) for the technical insertion of a digital cockpit display capability into the MH?60R/S aircraft procured by the NAVAIR Multi-Mission Helicopter Program Office (PMA-299).� The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist.� All Small Business Set-Aside categories will be considered.� In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition.� The proposed ECP shall include both hardware integration into the aircraft and software integration into the Avionics Operating Program (AOP), a Lockheed Martin proprietary product.� The effort includes, but is not limited to: non-recurring engineering (NRE); systems engineering; integrated logistics support; production support; prototyping, validation and verification of changes; logistics impacts to include maintenance plans, supply support, technical publications, support equipment; testing of retrofit safety; test equipment changes; updates to aircraft, subsystems, training simulators/devices, support equipment; and related software efforts.� The Government will review industry responses to this Sources Sought Notice in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or a sole source award to Lockheed Martin Corporation, Owego, NY.� The planned award is 1st quarter of Government FY23. �The ECP integration needs to occur in the 4th quarter of Government FY25. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1.� This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice.� The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person�s costs incurred responding to this Notice. BACKGROUND: As the U.S. Navy�s multi-mission maritime helicopter, the MH?60R/S aircraft is operationally deployed in support of anti-submarine anti-surface warfare for open ocean and littoral zones.� The MH-60S is in sustainment, while the MH-60R is in production and sustainment. �Currently, the Government does not possess nor have the necessary rights to the data developed by the Original Equipment Manufacturer (OEM), Lockheed Martin Corporation, necessary for full integration of a digital cockpit display capability into the aircraft. Integration of a digital cockpit display capability into the MH-60R/S aircraft is required to support current operational requirements as well as anticipated future capability gaps for the U.S. Navy and Foreign Military Sales (FMS) partners. �Due to the unique and proprietary nature of the aircraft AOP, the digital cockpit display capability is required to be integrated and certified by the OEM. SUBMISSION DETAILS: Capability Statements submitted should be pertinent and specific in the technical approach required for completion of integrating the digital cockpit display capability into the MH-60R/S aircraft, on each of the following qualifications: Facilities and Data:� Availability and description of, or the approach used to obtain, special facilities and data that would be required to develop and integrate a digital cockpit display capability into the MH-60R/S aircraft and support the test effort while maintaining a consistent Integrated Logistics Support strategy and Engineering discipline of the MH-60 baseline program. Include a statement regarding industrial security clearance (this effort will require a Secret-level clearance). Also include any other specific and pertinent information as it pertains to this particular area of the procurement that would enhance consideration and evaluation of the Capability Statement. Execution:� A description of the technical approach for commencing the effort at the estimated award date in the 1st quarter of Government FY23 and completing in the 4th quarter of Government FY 2025. Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts that are similar in nature to the integration of the digital cockpit display capability into the MH-60R/S aircraft. Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11-inch paper with one inch margins and font no smaller than 10 point Times New Roman.��� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 15 days of the publication date of this Notice. Late responses submitted past 15 days may not be considered. Classified material shall not be submitted.� All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information should include name, position, phone number, and email address.� The Government will acknowledgement receipt of the response.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� All submissions must be clearly marked with the following caption:� �For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.�� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� All information received in response to this Notice that is marked proprietary will be handled accordingly.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.� Note:� If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Ms. Riley Stanton at riley.stanton@navy.mil and Margo O�Rear at Margo.Orear@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9ed7ba425ef463395e82d2960333413/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05936415-F 20210310/210308230122 (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.