Federal Bid

Last Updated on 26 Jul 2019 at 8 AM
Sources Sought
Patuxent river Maryland

Non-Development Item (NDI) multi-function display in support of RNP RNAV COTS

Solicitation ID N00019-19-RFPREQ-PMA-299-0480
Posted Date 20 Jun 2019 at 3 PM
Archive Date 26 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670
 

Request for Information (RFI):

 

 

•1.0   INTRODUCTION

 

The Naval Air Systems Command, Major Weapons Systems For AIR ASW, Assault & Special Mission Programs Department (AIR 2.3.4.2), Patuxent River, Maryland is seeking information for potential sources that may possess the capability to produce and deliver a high performance, navigation, multi-function display for use in the Navy MH-60R/S helicopters. The display will be incorporated as a major component to serve as the aircraft's Federal Aviation Administration (FAA) certified Required Navigation Performance Area Navigation (RNP RNAV) solution. The results of this will be utilized to determine if the required product or service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.

 

•2.0   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.

 

•3.0   program Background

 

The Non-Development Item (NDI) multi-function display and all required system ancillary equipment (e.g. Global Positioning System (GPS) antenna, wiring, installation hardware) are anticipated to be integrated into the Navy's MH-60R/S aircraft.  The display is anticipated to be installed by the Government on a retrofit basis to support future Performance-Based Navigation (PBN) civil navigation requirements.

 

•4.0   REQUIRED CAPABILITIES

The Government requires the following specifications:

 

 

•T.1            The multi-function display shall comply and include the following;

•a.       The display shall be no greater than 6.25-inches in width, 6.00- inches in height, and 8.00- inches in depth

•b.       Internal GPS receiver

•c.       Electronic Equipment, Airborne General Guidelines for, MIL-HDBK-5400

•d.       Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment, MIL-STD-461F

•e.       Department of Defense Test Method Standard:  Environmental Engineering Considerations and Laboratory Tests, MIL-STD-810G

•f.        MIL-STD-704F, Department Of Defense Interface Standard Aircraft Electric Power Characteristics

•g.       SAE Counterfeit Electronics Parts; Avoidance, Detection, Mitigation, and Disposition; AS5553

•T.2   RNP RNAV solution requirements shall include the following;

•a.       GPS Approaches with Vertical Guidance (APV) based on Lateral Navigation/Vertical Navigation (LNAV/VNAV) approach capability with use of aircraft existing barometric altimeter equipment and Localizer Performance (LP)/Localizer Performance with Vertical (LPV) approach capability based on Class Delta-4 GPS/Space Based Augmentation System (SBAS) equipment

•b.       Comply with Class Delta-4 GPS/SBAS equipment as defined in the Minimum Operational Performance Standards for GPS/SBAS Equipment RTCA DO-229

•c.       For helicopter operations in the US National Airspace, designed to and in compliance with the following;

                                                               i.      FAA TSO-C115, Required Navigation Performance (RNP) Equipment using Multi-Sensor Inputs, 7 March 2016

                                                             ii.      FAA TSO-C145c, Airborne Navigation Sensors Using the Global Positioning System Augmented by the Satellite Based Augmentation System, 02 May 2008

                                                           iii.      RTCA DO-283 (Class A Equipment)

 

Objective Requirements:

 

•O.1           The supplier shall be capable of producing a total of 750 units within a Period of Performance of 48-months after contract award.

•O.2           Use the Digital Aeronautical Flight Information File (DAFIF) database

•O.3           The equipment should meet:

•a.       MIL-STD-882E, Department Of Defense Standard Practice System Safety, 11 May 2012

•b.       MIL-STD-1478G, Department Of Defense Design Criteria Standard Human Engineering, 11 January 2012

 

Specific Information:

 

Respondents are asked to provide the following information with their response in addition to any information necessary to address the threshold and objective requirements.

 

•·         Size (shape and volume)

•·         Weight

•·         Design Standard Compliances

•·         Software/Hardware Support

•·         Power Requirements

•·         Additional included/optional features

 

•5.0   SPECIAL REQUIREMENTS

Data Markings. In order to complete its review, NAVAIR must be able to share an interested respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data - Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement that clearly allows the information to be disclosed with covered Government support contractors.

 

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.

 

•6.0   ELIGIBILITY

 

The applicable North American Industry Classification System (NAICS) code for this requirement is 334511 with a Small Business Size Standard of 1,250. The Product Service Code (PSC) for this requirement is 5826.   

 

•7.0   SUBMISSION DETAILS

 

Interested businesses shall submit responses to Ms. Erica Whittaker ([email protected]). In order to receive classified information pertinent to this request, responding parties must submit an unclassified Capability Statement not to exceed ten (8.5" x 11", font no smaller than 10 point)  single-spaced pages, no later than 5:00 PM Eastern Daylight Time (EDT) 7/5/2019. The Capability Statement shall include the following information (do not submit classified information):

 

•1.       An UNCLASSIFIED description of the Sources Sought solution

•2.       Company Name; Company Address; Company CAGE Code; Company Business Size; Company Point of Contract (POC) Name, Phone Number, and Email Address

•3.       Describe your company's ability to manage and secure up to SECRET information.

 

Responses received that do not adhere to the submission details in paragraph 7.0 may not be considered.

 

Bid Protests Not Available