Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOURCES SOUGHT

59 -- NAWCAD WOLF Airborne Data Loader Upgrade

Notice Date
2/6/2024 6:07:53 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524RFI0121
 
Response Due
2/12/2024 2:00:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Lauren Clemmens
 
E-Mail Address
lauren.a.clemmens.civ@us.navy.mil
(lauren.a.clemmens.civ@us.navy.mil)
 
Description
Request for Information (RFI) Airborne Data Loader (ADL) Upgrade Airborne Systems Integration (ASI) Division Naval Air Warfare Center Aircraft Division - Webster Outlying Field (NAWCAD WOLF) ______________________________________________________________________________ Product and Service Code: 5999 � Miscellaneous Electrical and Electronic Components NAICS Code: 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued 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 request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS NAWCAD WOLF is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) airborne data loader (ADL) to update PMA-271�s existing ADL (P/N E10-32297-1) which will eliminate the current 3.5 inch floppy disk drive located on the upper P12 navigators panel and the Data Selector panel located just above the data loader.� The ADL system is powered by the 115 VAC DATA LOADER circuit breaker on P6 panel. The ADL permits the uploading of Operational Software (OPS) contained on 3.5-inch diskettes, which are burned and copied from the Maintenance Software Loading Laptop and this data is transferred through the ADL to the Flight Management Computers (FMCs), Display Electronic Units (DEUs), Multifunction Control Display Unit (MCDUs), Identification Friend or Foe (IFF), Data Control Unit (DCU), Communications Management Unit (CMU), and Traffic Alert and Collision Avoidance System (TCAS). It can also be used to download FMC test and maintenance data. The new ADL Must be capable of loading the following Weapons Replaceable Assemblies (WRAs): Flight Management Computers (FMCs) P/N: 176200-01-01 Display Electronic Units (DEUs) P/N: 4081600-930 Data Control Unit (DCU) P/N: 2531-1 Communications Management Unit (CMU) P/N: 7519200-921 Enhanced Ground Proximity Warning System (EGPWS MKV-A) Form, Fit, Function (FFF) to replace current ADL If a Portable Data Loader (PDL) is included in the solution, then it must be able to transfer and download required software updates to the ADL obtained from either Network Data Delivery System (NDDS) or DOD Safe. The solution must be able to handle at least 2 megabytes of data, cannot use USB flash drives, and cannot contain hardware which would allow Bluetooth or Wi-Fi to access. A Windows-based system NOT preferred.� The offeror should also propose their plan to provide engineering, logistics, and repair support packages. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Size/Dimensions in inches Weight in pounds Compliance with the following standards: Power: Aircraft Power Electrical Load Analysis as defined in MIL-E-7016F for electrical requirements Shock: MIL-STD-810G Vibration: MIL-STD-810G Operational Altitude: (See Airworthiness Compliance)� Electromagnetic Interference Certification: E3 verification report as defined in MIL-STD-464D and MIL-STD-461G EMI qualification testing in an accredited public or private laboratories as defined in NAVAIRINST 2400.1B,� Section (6), (a), (8). Aircraft Power Characteristics: Aircraft Power Electrical Load Analysis as defined in MIL-E-7016F Aircraft Power Electrical Load Analysis Data provides power drawn by each separate WRA during flight conditions and modes of operation in the applicable aircrafts' Electrical Load Analysis using MIL-E-7016F Power System type as defined in the MIL-STD-704 version assigned to the aircraft using the Applicable Test Methods in MIL-HDBK-704 MIL-STD-704 test report containing test data, including waveform data for each Power System type TEMPEST Characteristics: Integration is conducted in accordance with CNSSAM TEMPEST 01-13, RED/BLACK Installation Guidance, Section 5 Integration meets the requirements of CNSSAM TEMPEST 01-02, NONSTOP Evaluation Standard Modification meets the requirements of NSTISSAM TEMPEST 1/92, Level II Electric Radiation (ER) Airworthiness Compliance: All airworthiness compliance and certification data along with all applicable engineering artifacts to the USN NAVAIR airworthiness authority, including environmental qualification data and all other data pertaining to GFE IAW MIL-HDBK-516C guidelines and applicable NAVAIR Make and Model Memory SSD RSSD Interface Total quantity of units sold to date Date of delivery of the first unit Date of delivery of most recent unit Basic and extended warranty information If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DOJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on SAM.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to lauren.a.clemmens.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 5:00PM, 12 February 2024. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the System Award for Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ba36c44b6e041358a2087aaa3f9381f/view)
 
Place of Performance
Address: Saint Inigoes, MD, USA
Country: USA
 
Record
SN06957249-F 20240208/240206230052 (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.