K--Sources Sought notice to execute a software modification to the T-6B/D aircraft and Aircrew Training Device (ATD) Flight Management System (FMS).

expired opportunity(Expired)
From: Federal Government(Federal)
N6134018R7273

Basic Details

started - 21 May, 2018 (about 5 years ago)

Start Date

21 May, 2018 (about 5 years ago)
due - 04 Jun, 2018 (about 5 years ago)

Due Date

04 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6134018R7273

Identifier

N6134018R7273
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
May 03, 2018 5:53 pm
Modified:
May 21, 2018 2:25 pm
Track Changes MINOR CHANGES, DATE HAS BEEN EXTENDED TO 04 JUNE 2018 AND A NOTE WAS ADDED AT THE END OF THE NOTICE.

THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential large and small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement.
The requested information is to assist the Government in conducting Market Research of industry to determine potential business sources who have the
assets, skills, experience, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal which would be announced on FedBizOpps.
AT THIS TIME, NO OFFICIAL SOLICITATION DOCUMENTS EXIST. This Sources Sought notice is not a contract, or a request for proposal, or a promise to contract, or a commitment of any kind. The US Government will NOT assume liability for costs incurred by any offeror for travel expenses, presentations, marketing efforts, or data related to any data offered for examination; therefore, the cost of preparing information in response to this notice is not considered an allowable direct charge to the Government.
The applicable North American Industry Classification System (NAICS) code for this requirement is 336411, Aircraft conversions (i.e., major modifications to system.
The Product Service Code (PSC) is K015 (Modification of Aircraft).
The purpose of this sources sought notice is to determine the technical capability of contractors to modify/update functionality of the existing FMS in Navy T-6B aircraft and Aircrew Training Devices (ATD) and Army T-6D aircraft. The FMS helps the pilot manage tasks like controlling aircraft radios and navigation aids, creating flight plans, and loading GPS instrument approaches.
INSTRUCTIONS:
1. Interested small and large businesses should submit a completed Contractor Survey that addresses information defined in Part I, II and III below.
2. The Contractor Survey should be limited to no more than 30 pages measuring 8.5 x 11 inches, paginated, single spaced, and 10-point font (minimum).
Graphics may be included.
3. Failure to provide information requested in this notice may result in the U.S. Government being unable to adequately assess your capabilities.
4. Your response to this synopsis should be sent to the below address within 30 calendar Days:
Naval Air Warfare Center, Training Systems Division
POC: Reginald Souffrant
2
Code: 2537
12211 Science Dr.
Orlando, FL 32826
reginald.souffrant@navy.mil
407-380-8118
5. The Government will evaluate responses from interested contractors once received. After the Government reviews all submissions, there may be additional need for further follow-on questions. If so, the Government will post additional inquiries on FedBizOpps.
The Government is not obligated to respond directly to each interested contractorâ€TMs submission.
BACKGROUND:
The Model 3000 T-6B/D Texan II aircraft and associated ATDâ€TMs are utilized for naval aviator training at NAS Corpus Christi, TX, NAS Whiting Field, FL, and NAS Pax River, MD. Additionally, the U.S. Army uses the T-6D aircraft to support Army Test and Evaluation flights at Redstone Arsenal in Huntsville, AL. These aircraft and simulators utilize fully integrated avionics systems to include an Integrated Avionics Computer (IAC) and avionics components with FMS functionality. The IAC processes data provided by various system components and processes information for digital output to multifunction displays in the cockpit.
Components within the FMS are fully integrated and share a common data bus. Both the Army and Navy desire additional functionality in these systems to meet training requirements.
Currently, aircraft and simulator system design and test data required for this effort are proprietary. The Government does not own or have rights to all engineering drawings or specifications that are assumed to be required to perform this work. Specifications, technical data, and maintenance manuals required for certification and airworthiness approval are authored by Textron Aviation Defense (TAD), the aircraft Original Equipment Manufacturer (OEM). For this reason, agreements with the OEM and access to data may be required.
It is up to interested contractors to obtain the necessary data and perform the analysis required to verify adequate capability for the requirements stated below.
REQUIREMENTS DESCRIPTION:
The effort will include modification of Model 3000 T-6B/D software and hardware currently installed in the aircraft and simulators and integration of new software or hardware when required for integration of new capabilities.
The effort will require Federal Aviation Administration (FAA) certification, Military Airworthiness Certification support, technical data updating, and validation of aircraft/ATD configuration, updating aircraft/ATD specifications and updating all associated maintenance manuals. All FAA certification requirements will be a responsibility of the contractor.
The requirements listed in Table 1, will be required to be met for this modification.
At a minimum, the installed systemâ€TMs certification basis shall be in accordance with Title 14 CFR FAA Part 23 Airworthiness Standards: Normal, Utility, Acrobatic, and Commuter Category Airplanes, Title 14 CFR FAA Part 91 General Operating and Flight Rules standards.
3
Table 1. T-6B/D FMS Software Modification Requirements
Modification
Requirement
Additional Information
Allow FMS to load approach to nearest airport.
When in nearest page and select an airport, provide the ability to automatically establish the airport as the new destination, therefore providing the aircrew the ability to quickly select an available approach.
This will provide the aircrew the ability to quickly select an available approach.
Stabilize the Start Ready (ST RDY) Light.
Stabilize the “ST RDY” light during engine starts.
Move the START READY light to a stable position on the Engine Indication and Crew Alerting System (EICAS) list so it doesnt move around so much during start.
This feature could prevent engine over-temps as Aircrew will be able to quickly monitor the position of the Start Ready Light and if extinguished during start, can quickly execute proper procedures.
Display/Correct TCAS on Tactical Situation Display (TSD).
Provide accurate TCAS hits while on the TSD page.
This feature will give aircrew more confidence in the TCAS while in TSD mode and also prevent invalid or missing TCAS hits which could prevent a midair collision.
Establish an †̃Executeâ€TM Button During an Up Front Control Panel (UFCP) Failure.
Provide the capability to execute a flight plan with a UFCP/Batt Bus failure.
This capability will provide aircrew the ability to execute an FMS route/approach with a UFCP failure and an inoperative execute button.
Course Deviation Indicator (CDI) Course Adjustment with UFCP Failure.
Provide ability to enter course without the UFCP.
This capability will provide aircrew the ability to execute a VOR or LOC/ILS approach with a UFCP failure.
4
Establish a Menu Option to Access FMS During a Loss of One Multi-Function Display (MFD)
Provide the ability to access the FMS with a loss of one MFD.
This feature will give the aircrew the ability to access the FMS with a Generator Bus failure instead of manipulating a Circuit Breaker to do so.
Access to the FMS provides aircrew the ability to execute an RNAV approach.
Adjust FMS Holding Entry Options.
Provide additional holding options for Aircrew during holding approaches.
This feature will reduce the time aircrew spends “heads down” managing the FMS holding features.
Establish a 2 Mile Circle on TSD.
Provide a 2-mile circle about aircraft position symbol while using the TSD page.
This feature will provide aircrew improved situational awareness of their position utilizing a 2 mile circle while remaining in TSD mode.
Adjust Waypoint Data Display.
Provide improved waypoint data display.
This feature will prevent confusion to the aircrew as to what each waypoint is identifying.
Maintenance Perspective.
Provide maintenance personnel the ability to upload the Integrated Avionics Computerâ€TMs (IAC) internal configuration data efficiently.
Give the maintainers the capability to upload the IACs internal configuration data - i.e.
the CONFIG_1 and CONFIG_2 settings.
Enable Key on NAV Page to Exit Holding.
Provide the ability to exit holding while on the NAV page prior to arriving at the holding fix.
This would be beneficial when cleared direct to approach without one turn in holding.
Provide a Predictive Flight Path (PFP).
Provide a PFP.
This PFP will provide a 2 minute predictive vector of where the aircraft would be.
Display Velocity Vector on the Primary Flight Display.
Display velocity vector information on the ADI portion of the PFD with the capability to remove in a declutter mode.
Establish Quicker Access to Airport Info Page.
Provide quicker airport information access.
Make the right hand Line Select Key flash directly to the waypoint
5
data info (airport info) from the nearest/airport page.
Establish Airport Display on FMS.
Provide an airport display on the FMS during approaches to final.
Establish an Omni Bearing Selector (OBS) Feature on FMS.
Provide an OBS option.
Provide an OBS option for navigation that would allow a waypoint to not sequence.
Display Preset Number on UFCP.
Provide the capability to display preset numbers on the UFCP.
Establish a Tactical Situation Display (TSD) Message Clearing Option.
Provide the capability to clear messages while on the TSD screen.
Establish Frequency Swap on UFCP.
Provide the capability to swap frequencies on the UFCP.
Establish Total Air Temperature (TAT) Data on MFD.
Provide TAT data.
Useful in potential icing conditions.
Currently must use chart in back of Pilots Check List.
Create a Dead Stick/Glide Circle.
Provide a dead stick/glide circle on the NAV / TSD page.
Improve the Ball Indicator.
Improve the balance ball indicator.
Making the ball easier to see/scan will allow a pilot to more accurately keep the ball centered.
Establish an Emergency Button.
Provide an avionics emergency button.
Delay in the EICAS Logic for FUEL LO Light Activation.
Incorporate a delay in the EICAS logic for FUEL LO light activation.
Prevents nuisance light during slips and spins.
Audio System Fault Reporting
Upgrade current Audio Management Unit / Audio Control Panel hardware to provide enhanced audio system fault reporting to the IAC; a maintenance function.
CONTRACTOR SURVEY:
Part I: Business Information
Please provide the following business information for your company.
Include the same for any subcontractors in a separate Part I:
6
1. Company/Institute Name:
2. Address:
3. Point of Contact:
4. DUNS Number:
5. CAGE Code:
6. Phone Number:
7. E-mail Address:
8. Web Page URL:
9. Size of business pursuant to NAICS Code: 336411 Small Business designation/status claimed to include small, small disadvantaged, 8(a), women-owned, economically disadvantaged women-owned, HUBZone, and/or service-disabled veteran owned small businesses in accordance with the NAICS code and size standard.
10. Identify whether your company is:
a. Small Business (Yes / No)
b. Woman Owned Small Business (Yes / No)
c. Small Disadvantaged Business (Yes / No)
d. Economically Disadvantaged Woman-Owned (Yes / No )
e.
8(a) Certified (Yes / No)
f. HUB Zone Certified (Yes / No)
g. Veteran Owned Small Business (Yes / No)
h. Service Disabled Veteran Small Business (Yes / No)
i. System for Award Management Registration registered? (Yes / No)
11. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership).
12. If a Venture is planned, provide same information of other company/ies involved.
Part II: General Capability
1. Describe the capabilities of your facilities and the nature of the goods and/or services you provide. Include a basic description of your organizationâ€TMs structure.
2. What is the primary nature of work your company performs and is your company certified to perform modifications on the integrated avionics and flight management systems on Model 3000 T-6B/D aircraft?
3.
Does your company have access to current specifications and publications and the ability to author changes and release updates to them in their existing format?
4. Is your company capable of generating the data required for FAA certification and/or Supplemental Type Certification for the Model 3000 T-6B/D aircraft?
5. Describe your companys current capability to perform the work required to complete work described in the Requirements Description and the modifications in Table 1.
6. Describe whether your company has current agreements with the aircraft and simulator manufacturers to acquire the data necessary to perform the work needed to meet the requirements stated in this synopsis. Please provide a copy of the agreement with a Point of Contact of the manufacturerâ€TMs representative.
7
7.
Indicate whether there is a need to subcontract work to another company in order to perform the work needed to meet the requirements in this notice. If a need has been identified, does the subcontractor currently have certifications, data and agreements in place to meet the requirements stated in this notice? Please provide a copy of the subcontractorâ€TMs agreement with a Point of Contact of the manufacturerâ€TMs representative.
8. Describe your capability in terms of managing Department of Defense developmental acquisition projects. Include experience with System Engineering processes, technical reviews, risk management, Integrated Master Schedules, program management and familiarity or past participation in milestone driven entry and exit criteria.
9.
Provide any other comments which you believe are relevant in substantiating your capability to perform work required to meet requirements stated in this notice.
10. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, AS-9100, EIA-599, or otherwise).
11. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated update of technical orders and preparation of new technical orders.
12. Describe your company experience and capability with authoring Engineering Change Proposals and Service Instructions
Part III: Technical Approach
1.
Based on your capabilities outlined in Part II, summarize your technical approach for executing the requirements identified in this notice. Include the establishment of the project, validating and executing engineering requirements, certifying the design and updating all affected technical data. Include any current solutions you believe exist whether whole or in part that could reduce development efforts or project schedule. This summary is to provide an understanding of project structure, project milestone entry, systems engineering processes used and FAA related certification requirements you may undertake. Reference to information provided in Part II is acceptable.
2. Describe whether your technical approach relies on new components being introduced into the aircraft or simulators.
Include hardware and software components to include manufacturer, model, part number and version. Will your proposed additions maintain, expand or limit the current architecture?
3. Describe any additional capabilities inherent in your design solution if one exists. Include all changes or additions in terms of functionality, capacity, computing speed; changes to user interface, memory, data rates, signal processing and transmissions.
4. Provide an assessment of the reliability, maintainability and supportability of your approach. Include any risk associated with diminishing manufacturing and supply resources.
8
The US Government will determine the need for site visits after responses are received.
You may be invited to present your approach to the Government at NAWCTSD in Orlando, FL. If there is enough interest, the Government may hold an “Industry Day” at either NAWCTSD or at the Naval Air Systems Command (NAVAIR) Headquarters in Pax River, MD to provide information to interested contractors. In addition, based on the information you provide, the Government may request an on-site visit to further assess capabilities.
This notice does not commit the Government to issue a solicitation or award a contract, or to otherwise incur any liability associated with the submission of any response or related materials. Submitted material will be considered the property of the Government and will not be returned.
The Government fully understands that it has no license or ownership rights to any submitted material that is proprietary to the submitting company.
The acquisition strategy has not yet been determined. Market research results will assist the Government in determining whether this requirement will be a full and open, small business set-aside, or a sole source acquisition.
A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.
If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
Note that if this effort is not set-aside for small business, small business utilization will be considered. The Government requests that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.
Please submit a searchable Microsoft Office (2016 or prior) or searchable Adobe formatted CD or DVD containing the same and send via email to reginald.souffrant@navy.mil.
No facsimiles will be accepted. Responses must be received no later than 04 June 2018. Responses to this notice should be limited to 40 total pages, which includes the allotted 30-page Contractor Survey. The survey can be adjusted to a lesser page count to accommodate the total page count of the response. Please mail your response to:
Naval Air Warfare Center, Training Systems Division
Attn: Reginald Souffrant
Code 2.5.3.7
12211 Science Dr.
Orlando, FL 32826
Reginald.Souffrant@navy.mil
9
NOTES:
“Going forward, all new entities registering in GSAâ€TMs System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.
It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an “Active” status as the government cannot award to an entity without an “Active” SAM registration. More information can be found at www.gsa.gov/samupdate.”

NAS Corpus Christi, TX; NAS Whiting Field, FL; NAS Patuxent River, MD; and Redstone Arsenal in Huntsville, AL; And NAS , Whiting Field, Florida, 32570; and NAS Corpus Christi, TX , Corpus Christi, TX 78418 USLocation

Address: NAS Corpus Christi, TX; NAS Whiting Field, FL; NAS Patuxent River, MD; and Redstone Arsenal in Huntsville, AL; And NAS , Whiting Field, Florida, 32570; and NAS Corpus Christi, TX , Corpus Christi, TX 78418 US

Country : United States

Classification

336 -- Transportation Equipment Manufacturing/336411 -- Aircraft Manufacturing