Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2021 SAM #7299
SOLICITATION NOTICE

A -- Automatic Ground Collision Avoidance System (Auto-GCAS) Flight Control Computer (FCC) Upgrade

Notice Date
11/23/2021 1:16:01 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
223201-21
 
Response Due
12/20/2021 12:00:00 PM
 
Archive Date
01/04/2022
 
Point of Contact
Cassandra Spence, Phone: (301) 757-1379, Fax: (301) 995-0705, Steven Preston, Phone: (301) 757-5301
 
E-Mail Address
cassandra.e.spence.civ@us.navy.mil, steven.j.preston.civ@us.navy.mil
(cassandra.e.spence.civ@us.navy.mil, steven.j.preston.civ@us.navy.mil)
 
Description
Updated 23 November 2021: - Posting of�Request for Clarifications Questions and Responses. - Posting of Conformed Solicitation and Amendment 0002. - Amendment 0002 includes the following updates: ���� - Section L (L-1), Part A, General Instructions, 3.0 Proposal Format and Submission, Table G-3 Proposal Structure to remove requirement for submission of 2 Backup Electronic Copies. ���� - Section L (3.0), 3.1 General Instructions, to update: ������� �Past Performance Contract Data Attachment reference f rom L-3 to L-6 ������� �Past Performance Questionnaire reference to Attachment from L-6 to L-5 Updated 25 October 2021: Amendment 0001 reflects the following updates: -�� �RFP Number changed from N0001921R0045 to N0001922R0045 -�� �Block 9 updated to reflect correct RFP release date of 18 October 2021 -�� �Section I, Clause FAR 52.217-7 -�� �Section L, Section 5.0.f.vi -�� �Section L, PIEE solitication access links updated -�� �Section J, Attachments 3 & 4 updated Offerors are advised they must have an active Proposal Manager role in Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are to submit questions, comments and proposals via the offer interface.� All questions and answers will be posted to the Solicitation Module at https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0001922R0045.� Proposal submissions are required by 20 December 2021, 3:00 PM Eastern Standard Time. Updated 18 October 2021: This notice is a�Request for Proposal (RFP) for the procurement and upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoidance System (Auto-GCAS) capable software.� This procurement will be a hybrid fixed price, cost reimbursable stand-alone contract for FY22 through FY23.� This acquisition will be a full and open competition.� The proposal due date is stated in Block 9 of the Solicitation N00019-22-R-0037. Offerors are advised they must have an active Proposal Manager role in Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are to submit questions, comments and proposals via the offer interface.� All questions and answers will be posted to the Solicitation Module at https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0001922R0045. Updated 15 September 2021: This notice is a DRAFT Request for Proposal (RFP) for the procurement and upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoidance System (Auto-GCAS) capable software.� This Draft RFP is being issued to engage industry and request feedback in order to better inform acquisition decisions.� Interested vendors shall submit questions and feedback requesting clarification of solicitation requirements by submitting through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.� All requests shall be submitted on the Request for Clarifications (RFC) Template included with the Draft RFP package.� Vendors are advised they must have an active Proposal Manager role in PIEE and are to submit questions via the offer interface.� Instructions for obtaining access have been included with the draft RFP package.� It is required that all questions be received within 10 calendar days of the date this solicitation is issued. All questions and answers will be posted to the Solicitation Module at https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0001921R0045. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure, upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoidance System (Auto-GCAS) capable software. The F/A-18C/D air vehicle is controlled by a quad-redundant digital fly-by-wire flight control system (FCS) that converts pilot and air vehicle inputs to flight control actuator commands. The FCS consists of the surface actuators, air data sensors, pilot controls and displays, and the quad-channel Flight Control Electronic Set (FCES) subsystem.� The FCS provides overall control of the F/A-18C/D air vehicle and implements the allocated control laws, redundancy management, autopilot, input/output processing, system monitors, and built-in-test (BIT) required by the F/A-18C/D air vehicle.� The FCC OFP Computer Software Configuration Item (CSCI) is safety/flight critical and performs the data processing functions for the FCES subsystem within the FCS.� This CSCI manages redundant flight control sensor inputs, merges, filters, and scales the selected inputs to generate actuator command signals, and organizes the outputs to the servo actuators to fulfill the F/A-18C/D FCES control mode requirements.� The FCC processor is the MCP-701E running a CSCI in Assembly language source code.� The current FCC OFP CSCI version 91*006, is commonly referred to as v10.7. The AGCAS FCC OFP CSCI update will include the ability to translate the pull vector from the Digital Map Computer (DMC) (via the Mission Computer (MC)) into flight control movements, provide status to the MC, and perform system integrity checks. The FCC will not command throttle for AGCAS recoveries.� The USN will be responsible for the FCS system level design and performance to meet AGCAS capability requirements.� The USN will be responsible for laboratory integration and flight testing the updated FCC OFP to demonstrate that it meets AGCAS capability requirement.� All software associated with the F/A-18C/D FCS is unclassified.� No classified processing or security issues will be associated with any software item included in this effort. This acquisition will be a full and open competition.� This acquisition will be a stand-alone firm fixed price contract. Continue to monitor this website for updated information as it becomes available. Please note that all prospective contractors must be registered in the Central Contractors Registration (CCR) database https://www.bpn.gov/ccr/ in order to participate in this procurement. Information on registration and annual confirmation requirements for CCR may be obtained by accessing the CCR website at https://www.bpn.gov/ccr/. Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services of the required capabilities described herein; Documentation should be in bullet format. The capability statement package shall be sent�by email to cassandra.spence@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on�17 December 2020.� Questions or comments regarding this notice may be addressed to Cassandra Spence at cassandra.spence@navy.mil. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.� Interested sources are advised that the employees of commercial firms under contract to the Government may serve as technical reviewers of information provided in response to this Sources Sought. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of these organizations. All employees of these organizations that will have access to Sources Sought response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data. Beyond the above commercial firms, the Government will not release any data received in response to this Sources Sought, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. This is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.���
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d611f209b5224ec18351f1489ffa66ed/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06184001-F 20211125/211123230112 (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.