Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

16 -- Sources Sought for Common Electronic Standby Indicators (CESI)

Notice Date
2/16/2023 10:05:35 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
209SS2023
 
Response Due
3/3/2023 2:00:00 PM
 
Archive Date
03/10/2023
 
Point of Contact
Bonnie M. Walsh, Contract Specialist, Lindsey Anne Boka, Procuring Contracting Officer
 
E-Mail Address
bonnie.m.walsh.civ@us.navy.mil, lindsey.a.boka.civ@us.navy.mil
(bonnie.m.walsh.civ@us.navy.mil, lindsey.a.boka.civ@us.navy.mil)
 
Description
INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, in support of PMA209 Air Combat Electronics Program Office, is seeking information from the vendor community to produce for Common Electronic Standby Indicators (CESI), and associated hardware, material, and engineering/logistic support in compliance with safety and airworthiness requirements cockpit upgrade and production conducted by the Government. PLACE OF PERFORMANCE Contractor (Off-Site) - 100% PROGRAM BACKGROUND Avionics upgrades to Naval Aviation platforms are required to ensure compliance with current safety and airworthiness requirements.� These upgrades and improvements to the aircrew systems demand an increase in the processing and display capabilities beyond the current legacy capabilities inherent to analog instruments and gauges.� The CESI serves as a backup flight display for the pilot or co-pilot on both fixed wing and rotary wing platforms, and provides a vital operational capability to support new digital cockpits within these platforms.� The CESI Weapons Replaceable Assemblies meet the display, processing and projected growth requirements for safety and mission specific requirements.� ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 336413 with a Small Business Size Standard in number of employees 1,250. The Product Service Code for this requirement is 1680. REQUIRED CAPABILITIES Common Electronic Standby Indicators (CESI) The CESI is a Commercial-Off-The Shelf/Non-Developmental Item (COTS/NDI) Weapons Replaceable Assembly (WRA) used on multiple platforms both military and commercial, and serves as a backup flight display for the pilot or co-pilot on both fixed wing and rotary wing platforms.� The CESI provides a vital operational capability to support new digital cockpits in these platforms. These upgrades and improvements to the aircrew systems demand an increase in the processing and display capabilities beyond the current legacy capabilities inherent to analog instruments and gauges.� The Contractor, at a minimum shall: Demonstrate the knowledge and ability to develop a COTS CESI that possesses Integral air data and attitude sensors; Internal non-volatile memory capable of storing platform unique configuration data including: Static Source Error Correction (SSEC) curves, Display format defaults, and Built-In-Test (BIT) capabilities; Provide a CESI that is suitable for �plug and play� installation not requiring additional effort or installation in US Navy and Coast Guard aircraft cockpits; provides front-mounted barometric setting control transmitted on ARINC-429 output channel(s); is able� to be powered by external battery; capable of alignment by using external platform data, while on Aircraft Carriers, underway, at Sea States 1�10, and compliant with the NVIS requirements of MIL-L-85762A;���������� Demonstrate knowledge and ability to design and deliver the CESI with platform configuration operating software pre-installed. WARRANTY The Contractor shall provide a standard 12-month Commercial Warranty which shall begin with the signature of the DD 250, at the time of the WRA shipment.� The commercial warranty shall provide for repair of all failures, with the exception of Government negligence.� Government negligence is defined as any unauthorized repair, misapplication of electric power, contamination, abuse (e.g., dropping unit or application of work voltage), or catastrophic event (e.g., physical damage attributable to battle damage, aircraft crash or collision, fire, or other mishaps) after delivery of the product. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed under the required capabilities.� This documentation must address, at a minimum, the following:� Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein: Management approach to staffing this effort with qualified personnel. Company's ability to begin performance upon contract award. The type of work your company has performed in the past in support of the same or similar requirement. Has your company managed a project of this nature? If so, please provide details. Has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. Specific technical skills your company possess which ensures capability to perform the work. If you are a small business, provide an explanation of your company's ability to perform at least 51% of the product/services described in required capabilities. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. Respondents must also indicate whether they are 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. �The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this Request for Information (RFI.) The Government is also interested in lead-time and current stock level. Your response to this Sources Sought, including any capabilities statement package shall be electronically submitted via email to the Contract Specialist, Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil and the Procurement Contracting Officer (PCO), Lindsey A. Boka at lindsey.a.boka.civ@us.navy.mil in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 5:00 p.m., Eastern Standard Time, 03 MAR 2023.�� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0d00afc124a4fdaa9a51e02206da6ae/view)
 
Record
SN06594597-F 20230218/230216230120 (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.