Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2011 FBO #3514
MODIFICATION

16 -- C130T Avionics Obsolescence Upgrade updated draft documents - Preliminary FACE Standard, edition 1.0, ver2.9

Notice Date
7/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
NAVAIRHQN00019-10-R-0080
 
Archive Date
8/10/2011
 
Point of Contact
Teri L. Branch, Phone: (240) 725-7521, Maxine M Birst, Phone: (240) 725-7526
 
E-Mail Address
teri.branch@navy.mil, maxine.birst@navy.mil
(teri.branch@navy.mil, maxine.birst@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Standard for FACE™ Reference Architecture THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The Naval Air Systems Command PMA-207, the Tactical Airlift, Adversary & Support Aircraft Program Office is pleased to invite comments and questions from industry following a review of proposed changes to the Avionics Obsolescence Upgrade (AOU) Draft Statement of Work (SOW)/Performance Work Statement, included below, and the Preliminary Future Airborne Capability Environment Standard Edition 1.0 v2.9, enclosed. As discussed during the industry day held on 9 November 10, the Naval Air Systems Command (NAVAIR) is defining its competitive acquisition strategy to procure an avionics and software integration solution to satisfy a requirement to upgrade 20 US Navy C-130T aircraft under the AOU Program. The anticipated contract requirement is that an avionics and software integrator chosen from industry will provide hardware and software solutions to increase flight crew situational awareness, productivity and safety through the modernization of the C-130T's communication suite, flight management system, cockpit displays, navigation computers, autopilot and automatic flight control system with an integrated, modular open systems approach (MOSA), by adhering to the Future Airborne Capability Environment (FACE) Standard. The solution shall be capable of future system and software growth. The avionics and software integrator will provide an avionics suite integrating vendor provided flight management system, cockpit displays and navigation system solutions and retained specified legacy avionics communications and navigation systems. The government will specify and furnish a "B-Kit" of systems which will include, but not be limited to, the following systems; color weather radar, Ultra High Frequency/Very High Frequency and High Frequency (UHF/VHF/HF) radios, Embedded Global Positioning System (GPS) Inertials, Protected Instrument Landing System (P-ILS), and Standby Instruments to be incorporated into the contractor's avionics and software integration solution. The avionics and software integration solution will reuse necessary existing aircraft systems where specified, reduce total life cycle costs and specific item obsolescence through the leveraging of existing cockpit modernization programs, fielded solutions and proven technology. Production installations of the avionics and software integration solution are not part of this requirement. The specific paragraphs affected and their proposed changes to the SOW provided herein. 4.1.45 Modular Open Systems Architecture (MOSA)/Future Airborne Computing Environment (FACE). The Government intends to procure system(s) having a M OS A. As part of this contract, the Contractor shall define, document, and follow the FACE Standard for using modular design, standards based interfaces, and widely-supported consensus-based standards. The Contractor is required to demonstrate conformance with the open systems approach as well as the FACE Standard and other specified standards during all design reviews. The Contractor shall develop, maintain, and use an Open System Management Plan (OSMP) and deliver to the government in accordance with CDRL B035 - (Open Systems Management Plan). The open systems management plan shall include: • Description of how the proposed system architecture meets MOSA guidelines, and the FACE Standard, including the steps taken to use non-proprietary or non-vendor unique API(spell out API) • Description of how applications have been modularized within the system architecture to meet reusability and portability goals describe the Contractor's rationale for the modularization choices made to generate the design. • Description of the Contractor's design approach for producing a system that consists of hierarchical collections of software and hardware configuration items (components). These components should be of a size that supports competitive acquisition as well as reuse. • Identification of any tradeoffs performed, particularly those that compromise the modular and open nature of the system. • Details on how the contractor plans to use an open systems approach to enable the system to adapt to evolving requirements and threats; accelerate transition from science and technology into technology and deployment; facilitate systems reconfiguration and integration; reduce the development cycle time and total life cycle cost. • Identification of all Commercial-Off-the-Shelf/Non-development Item (COTS/NDI) components, their functionality and proposed use in the system, and provide copies of license agreements related to the use of these components for Government approval prior to use. 4.1.45.1.2 Modular, Open Design. The Contractor shall develop an architecture based on the FACE Standard (and other specified standards referenced with the SOW and SSS) documentation that is layered and modular and uses standards-based NDI hardware. The Contractor's design approach shall be applied to all subsystems and components. As part of its OSMP, the Contractor will be required, at a minimum, to describe how the proposed system architecture meets these goals, including the steps taken to use non-proprietary or non-vendor unique NDI components wherever practicable. 4.1.45.1.6 Technology Insertion. The Contractor's architectural approach shall support the rapid and affordable insertion and refreshment of technology through modular design, the use of open standards and open interfaces defined by FACE. The Contractor shall define the functional partitioning, the physical modularity of the system, and provide environment configuration files, to facilitate future replacement of specific subsystems and components without impacting other parts of the system and to encourage third party vendor's participation. 4.1.46 Software Design. The software design shall support ease of Technology Insertion through the use of time and space partitioning. Each software component shall be designed to operate within a time and space partitioned environment, so as not to inadvertently interfere with other software components utilizing the same computing hardware. The software design shall use ARINC 653 time and space partitioning. Request written responses in the form of questions or comments be submitted no later than 2:00 p.m. on 26 July to Teri L Branch at teri.branch@navy.mil or mailed to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (AIR 2.3.5.2), ATTN: Teri L. Branch, 21487 Great Mills Road, Bldg. CAB III, Suite B, Lexington Park, MD 20653. Interested parties are encouraged to provide feedback on any Government objectives, which may unnecessarily drive schedule and/or cost, and comment on how these objectives may be tailored to improve schedule or reduce cost. The Government will review all comments received prior to the release of the formal RFP, but will only post responses if deemed necessary. No response will be provided to any question or comment with proprietary or restrictive markings. Comments shall be submitted via electronic mail (email) in Microsoft Word or Microsoft Excel format when submitting, please include company name, address, point of contact, email address, phone number and fax number. All correspondence shall reference the Request For Information Number N00019-10-R-0080. All responses must be unclassified. If including proprietary information in the response: (1) ensure proprietary information is marked appropriately; and, (2) identify disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NON-DISCLOSURE AGREEMENTS : Provided below is a list of PMA 207 support contractors expected to have access to the data provided by the respondents to this announcement. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from Solute, ARINC, Brandes-Assoc, Eagle Systems, RED-Inc, DCS Corp, and Wyle Labs will have access and review the responses. The above support contractors have provided Contractor Support Services (CSS) for this effort. IMPORTANT INFORMATION : Unless otherwise stated herein, no additional written information is available and no formal RFP or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. ************ THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The Naval Air Systems Command PMA-207, the Tactical Airlift, Adversary & Support Aircraft Program Office is pleased to invite comments and questions from industry following a review of the enclosed AOU Draft Statement of Work (SOW)/Performance Work Statement and the AOU Draft System Sub-System Specification (SSS), upon request. To request transmittal of the AOU Draft System Sub-System Specification (SSS) please contact Teri L Berrian at teri.berrian@navy.mil with the following information: Company name, mailing address, phone number, and email address (if available), current CAGE number, DoD Central Contractor Registration (CCR) number and acknowledgement of the contractor's responsibility under the U.S. export control laws and regulations. Potential offerors must meet the requirements of the DD 254, Contract Security Classification Specification. Potential offerors shall acknowledge that no dissemination of any export-controlled technical data subject to this requirement will occur in a manner that would violate applicable export control laws and regulations (DD Form 2345). Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the US Export laws and regulations, the Draft System Sub-System Specification will be provided. As discussed during the industry day held on 9 November 11, the Naval Air Systems Command (NAVAIR) is defining its competitive acquisition strategy to procure an avionics and software integration solution to satisfy a requirement to upgrade 20 US Navy C-130T aircraft under the Avionics Obsolescence Upgrade (AOU) Program. The anticipated contract requirement is that an avionics and software integrator chosen from industry will provide hardware and software solutions to increase flight crew situational awareness, productivity and safety through the modernization of the C-130T's communication suite, flight management system, cockpit displays, navigation computers, autopilot and automatic flight control system with an integrated, open system architecture solution capable of future system and software growth. The avionics and software integrator will provide communication suite, flight management system, cockpit displays and navigation system solutions that retain specified legacy avionics communications and navigation systems. In addition, the government will specify and furnish a "B-Kit" of systems which will include, but not be limited to, the following replacement systems; color weather radar, Ultra High Frequency/Very High Frequency and High Frequency (UHF/VHF/HF) radios, Embedded Global Positioning System (GPS) Inertials, Protected Instrument Landing System (P-ILS), and Standby Instruments to be incorporated into the contractor's avionics and software integration solution. The avionics and software integration solution will reuse necessary existing aircraft systems where specified, reduce total life cycle costs and specific item obsolescence through the leveraging of existing cockpit modernization programs, fielded solutions and proven technology. Production installations of the avionics and software integration solution are not part of this requirement. Request written responses in the form of questions or comments be submitted no later than 2:00 p.m. on 22 Mar 11to Teri L Berrian at teri.berrian@navy.mil or mailed to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (AIR 2.3.5.2), ATTN: Teri L. Berrian, 21487 Great Mills Road, Bldg. CAB III, Suite B, Great Mills, MD 20653. Interested parties are encouraged to provide feedback on any Government objectives, which may unnecessarily drive schedule and/or cost, and comment on how these objectives may be tailored to improve schedule or reduce cost. The Government will review all comments received prior to the release of the formal Request for Proposal (RFP), but will only post responses if deemed necessary. No response will be provided to any question or comment with proprietary or restrictive markings. Comments shall be submitted via electronic mail (email) in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). When submitting, please include company name, address, point of contact, email address, phone number and fax number. All correspondence shall reference the RFI number N00019-10-R-0080. All responses must be unclassified. If including proprietary information in the response: (1) ensure proprietary information is marked appropriately; and, (2) identify disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NON-DISCLOSURE AGREEMENTS: Provided below is a list of PMA 207 support contractors expected to have access to the data provided by the respondents to this announcement. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from Solute, ARINC, Brandes-Assoc, Eagle Systems, RED-Inc, DCS Corp, and Wyle Labs will have access and review the responses. The above support contractors have provided Contractor Support Services (CSS) for this effort. IMPORTANT INFORMATION: Unless otherwise stated herein, no additional written information is available and no formal RFP or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/NAVAIRHQN00019-10-R-0080/listing.html)
 
Record
SN02492461-W 20110709/110707235620-d095306b793995f5ae8abdc3c67b1e69 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.