Maryland Bids > Bid Detail

RFI: V-22 Cockpit Technology Refresh (VeCToR)

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159273632820655
Posted Date: Feb 15, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/ab2e95ca9d...
Follow
RFI: V-22 Cockpit Technology Refresh (VeCToR)
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM275-0278
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 12:53 pm EST
  • Original Response Date: Mar 07, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

1. DESCRIPTION: The Naval Air Systems Command (NAVAIR) in support of the V-22 Joint Program Office (PMA-275) is seeking information from industry on developmental or non-developmental technology solutions for design, development, test and integration of a V-22 cockpit technology refresh (VeCToR). The primary requirement is addressing flight critical obsolescence concerns including but not limited to the following V-22 cockpit Weapon Replacement Assemblies (WRAs): control display unit (CDU), CDU keyboard unit (KBU), remote frequency indicator selector (RFIS), flight director panel (FDP), standby flight display (SFD), and electronic standby flight indicator (ESFI) with minimal impact to interfaces and architecture of existing mission systems and air vehicle that contain, or operate with, the aforementioned six WRAs, while preserving or enhancing current operational capability. Additionally, PMA-275 is seeking opportunities to address archaic closed architecture constraints as well as pursue increased modularity and capability as it relates to mission computer processing and display user interfaces. Open system architecture is a required end state for VeCToR that will enable future obsolescence/DMSMS tolerance, ability to quickly integrate new software-based capabilities and allow for communications via current/future aircraft databus interfaces. PMA-275 is also considering system capabilities, including but not limited to Ethernet integration; implementation of software time; space partitioning in accordance with Aeronautical Radio, Incorporated (ARINC) 653 specification; and Future Airborne Capability Environment (FACE) 3.1 compatibility for the cockpit.



DISCLAIMER: THIS IS AN REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY AS MARKET RESEARCH 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 RFI DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE AS A RESULT. THE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE 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. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.



2. BACKGROUND: The V-22 platform is facing significant obsolescence challenges with several flight critical cockpit Weapon Replacement Assemblies (WRA’s) including but not limited to the following: the control display unit (CDU), CDU keyboard unit (KBU), remote frequency indicator selector (RFIS), flight director panel (FDP), standby flight display (SFD) and electronic standby flight indicator (ESFI). Several WRAs have parts that have been identified as End of Life (EoL) with no replacements available. To date, V-22 cockpit avionics have been sustained through component life-of-type buys (LOTBs) and bridge buys. This strategy has exhausted the marketplace of critical components required to sustain the impacted WRAs. Forecasts indicate that attempting to sustain the V-22 through continued component life-of-type buys and bridge buys will result in Aircraft On Ground (AOG) due to parts shortages, higher than anticipated cannibalization rates, and an overall impact to readiness. Additionally, several WRA’s contain proprietary interdependencies limiting long term sustainment options and future capability insertion.



3. ELIGIBILITY: The respondents shall have demonstrated experience in the development of CDU, KBU, ESFI, FDP, SFD, and RFIS representative or similar avionics systems and/or technological solutions. This includes experience with:



a. MIL-STD-810H Environmental Requirements



b. MIL-STD-461G and MIL-STD-464D Electromagnetic Environmental Effects



c. MIL-STD-704D Electrical Power Hardware Qualification



d. MIL-STD-882E Safety Products and Processes



e. Software Development using DO-178C Processes



f. Fielding Cross-Domain Solutions capabilities supporting military aviation systems



g. Tri-Services Memo: Modular Open Systems Approaches (MOSAs) for our Weapon Systems is a Warfighting Imperative issued in 2019



The Product Service Code is 1680. Businesses of all sizes are encouraged to respond. Each respondent must clearly identify their business size (see paragraph 4).



4. REQUESTED INFORMATION: Interested parties must submit their response, with any supporting documentation, to include:



a. An UNCLASSIFIED description of the respondent’s general capabilities to support this effort



b. CAGE code, DUNS Number, and mailing address



c. Business size. Indicate whether contractor is a large business or qualifies as a small, small disadvantaged, veteran-owned small business, women-owned, 8(a), HUBZone, or service-disabled veteran-owned small business concern



d. Point of contact to receive/provide additional information or clarification



e. A full capability summary that contains a detailed description of the proposed technological solutions/products and supporting technical data. Each capability summary must include at minimum:



(1) Detailed description of the proposed technology solution



(2) End product physical and performance technical data



(3) System reliability and maintainability characteristics



(4) Integration/interface methodology



(5) Design provisions to support incremental upgrades



(6) Technology insertion opportunities



(7) An assessment of the Technology Readiness Level of the proposed product to include key subsystems and a description of the Manufacturing Readiness Level



(8) A description of how ARINC-653, FACE 3.1, and MOSA would be incorporated into the design



(9) Options for life-cycle sustainment support utilizing existing commercial and/or Department of Defense infrastructure



(10) Vendor willingness to provide source code with unlimited data rights



(11) Vendor willingness to provide at least Government Purpose Rights for each WRA’s external interfaces (physical, logical, and data)



(12) Rough order of magnitude costs and schedule for design, development, integration, production of kits and forced retrofit installation



(13) Current diminishing manufacturing sources and material shortages (DMSMS) system health analysis data and management plan to support obsolescence tolerant solution sets



5. RESPONSES:



a. Data Markings. To complete its review, NAVAIR must be able to share the 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 - Other Than Commercial Products and Commercial Services (Mar 2023). Responses marked in a manner that will not permit such review may be returned without being assessed or considered.



b. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign ownership, control, or influence (FOCI) concern or if a U.S. respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required.



c. Full Response Submissions. Full response submissions with the requested supporting unclassified data above must be received no later than 5:00 PM ET on 07 March 2024 to the NAVAIR Contracts Team, Kady Harris and Rebecca Lowe at the following e-mail addresses: Kady.m.harris.civ@us.navy.mil and Rebecca.f.lowe.civ@us.navy.mil .



Provide full unclassified response via electronic media that is Microsoft Office 2016 compatible. E-mail attachments accepted.



Response must have a page limit of 30 pages, inclusive of any attachments and enclosures, and must be in English.





Address inquiries regarding the process for submission of classified information to amber.d.carnobas.civ@us.navy.mil; (301) 995-4837. DO NOT SEND CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL.





6. QUESTIONS: Direct unclassified questions regarding this RFI electronically in writing to NAVAIR Contracts Team, Kady Harris and Rebecca Lowe via e-mail at Kady.m.harris.civ@us.navy.mil and Rebecca.f.lowe.civ@us.navy.mil, and PMA-275 Technical Team Lead Jesse Carrington at Jesse.w.carrington2.civ@us.navy.mil.



7. SUMMARY:



THIS IS A REQUEST FOR INFORMATION ONLY TO IDENTIFY SOURCES THAT CAN PROVIDE COCKPIT AVIONICS AND INTEGRATED MISSION SYSTEMS AVIONICS CAPABILITIES FOR THE MV-22/CV-22/CMV-22 AIRCRAFT. THE INFORMATION PROVIDED IN THE RFI IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THIS IS NOT A REQUEST FOR PROPOSALS. THE GOVERNMENT HAS NOT MADE A COMMITMENT TO PROCURE ANY OF THE ITEMS DISCUSSED, AND RELEASE OF THIS RFI SHOULD NOT BE CONSTRUED AS SUCH A COMMITMENT OR AS AUTHORIZATION TO INCUR COST FOR WHICH REIMBURSEMENT WOULD BE REQUIRED OR SOUGHT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS RFI IS STRICTLY VOLUNTARY. ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 15, 2024 12:53 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >