Federal Bid

Last Updated on 15 Feb 2019 at 9 AM
Sources Sought
Patuxent river Maryland

H-60 RFI for Circuit Card Assembly

Solicitation ID H-60RFI_09JAN2019
Posted Date 09 Jan 2019 at 12 PM
Archive Date 15 Feb 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   Description

The Naval Air Systems Command, Patuxent River, MD is seeking industry input to identify potential sources that may possess the capability to produce and deliver a high performance, certified Circuit Card Assembly (CCA) that can host flight critical applications in the MH-60R/S helicopters. The CCA will be incorporated as a major component to host a Future Airborne Capability Environment (FACE) for FACE conformant applications.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes AND A MARKET RESEARCH TOOL - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to award a contract as a result of this announcement. Further, the GOVERNMNET 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 expense of interested party. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement.  INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. 

 

•2.0   Background

 

The respondent should address its ability to perform each of the following and include a response to each of the specific requests identified below.

The Non-Development Item (NDI) CCA is anticipated to be integrated into the Navy's MH-60R/S aircraft.  The CCA is anticipated to be installed on a retrofit basis into the Primary Flight Displays to support future Performance-Based Navigation (PBN) civil navigation requirements.

CCA System Threshold Requirements:

 •T.1            The CCA shall conform to the VME 3U form factor.

•T.2            The CCA shall communicate with the display via differential serial ARINC-429 interface.

•T.3            The CCA shall include initialization and continuous built-in-test functionality.

•T.4            The CCA software shall be developed IAW Software Considerations in Airborne Systems and Equipment Certification, RTCA/DO-178C, Design Assurance Level (DAL) C.

•T.5            The CCA complex electronic hardware (CEH) designed IAW Design Assurance Guidance for Airborne Electronic Hardware, RTCA/DO-254, Design Assurance Level (DAL) C.

•T.6            The CCA shall be capable of hosting a Real Time Operating System (RTOS) within an ARINC 653 style partition, and have a minimum of 64-Megabytes of memory

•T.7            The CCA shall be designed in accordance within the following standards for use in helicopter operations;

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

•b.       SAE Quality Management Systems - Requirements for Aviation, Space, and Defense Organizations; AS9100D

 CCA Objective Requirements:

 •O.1           The CCA should allow the adjustment of software programmable parameters.

•O.2           The CCA should be available for purchase for no less than 5-years (obsolescence consideration)

•O.3           The supplier should be capable of producing a total of 1,500 units within 36-months after procurement

•O.4           The CCA should have a Mean Time Between Failure (MTBF) of no less than 5,000 hours.

•O.5           The CCA should be designed in accordance within the following military standards and guidelines for use in helicopter operations;

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

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

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

Specific Information:

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

 •·         Size (shape and volume)

•·         Weight

•·         Form fit factor

•·         Processor Family

•·         Memory Capacity

•·         Mezzanine Capability

•·         Device Bus Speed

•·         Versa Module Europa (VME) Bus Interface

•·         Graphics and Video Interfaces

•·         Graphics and Video Discretes

•·         Design Standard Compliances

•·         Software Support

•·         Power Requirements

•·         Real Time Operating System (RTOS)

•·         Additional included/optional features

 

•3.0   Requested Information

As a result of this RFI, NAVAIR expects to receive a Capability Statement from each interested respondent and a concept summary, which contains a detailed description of the Request for Information described in paragraph 2.0.

4.0  Responses

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 which clearly allows for 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.

In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Capability Statement not to exceed twenty single-spaced pages, to Ms. Brittany Reynolds ([email protected]) no later than 5:00 PM Eastern Daylight Time (EDT) 1/31/2019. The Capability Statement shall include the following information to verify credentials (do not submit classified information):

 

•1.       An UNCLASSIFIED description of the RFI solution

•2.       CAGE code and Classified Mailing Address

•3.       POC to receive additional information or clarification

•4.       POC to permit NAVAIR to obtain additional data to support analysis

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

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 30 Aug 2018 at 11 AM
Miami Florida 11 Mar 2015 at 5 PM
Eglin air force base Florida 19 Jun 2017 at 6 PM
Norfolk Massachusetts 29 Jul 2015 at 5 PM