Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOURCES SOUGHT

A -- Sources Sought for Design, Development, Integration and Test of Block 20/25 Products/Upgrades on the V-22 Osprey Tiltrotor Aircraft (CV-22) Variant for the United States Air Force

Notice Date
1/27/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
V-22-Osprey-Tiltrotor-Aircraft-Block20-Block25
 
Response Due
3/31/2005
 
Description
The Naval Air System Command seeks to identify potential sources for the development, design, installation, integration and test of products/upgrades, hereafter referred to as Block 20/25, on the Air Force variant of the V-22 Osprey tiltrotor aircraft (CV-22). The CV-22, which is currently being developed and manufactured by Bell-Boeing, will provide the United States Special Operations Command (USSOCOM) a tiltrotor aircraft capable of performing the long-range Special Operations Forces (SOF) airlift mission requiring low level terrain following flight at day/night and in adverse weather. It will fill the current and future deficiencies in long-range SOF exfiltration capability and complement the MC-130E/H in its infiltration and re-supply missions. The required CV-22 Block 20/25 products/upgrades are as follows: Block 20 1. Hover Coupled Upgrades 2. Terrain Following (TF) below 50 knots 3. Day/Night Vision Goggle (NVG) Heads Up Display (HUD) with CV Symbology 4. Digital Map Upgrades Block 25 1. Emergency Power 2. Reserve Power 3. High Altitude Conversion 4. Link 16 Radio for JTRS Cluster 1 5. JTRS Cluster 1 6. Communications Switching Unit 7. Fuel Dump Impingement (A more detailed description of these items is available on the NAVAIR solicitation page at the following address ? http://www.navair.navy.mil/doing_business/open_solicitations/.) The CV-22 Block 20/25 effort will require sources to have a close connection with the V-22 Joint Program Office, PMA-275, as well as NAVAIR, Air Force organizations, and supporting contractors located at or near Patuxent Naval Air Station, MD; Pentagon, Washington, DC; Philadelphia, PA; Amarillo, TX; Fort-Worth, TX; and various other sites throughout the U.S. The estimated overall period of performance for this effort will be up to 6 years. Interested qualified parties shall demonstrate the capability to provide the required CV-22 Block 20/25 products/upgrades by providing an unclassified Statement of Capability (SOC) on company letterhead, not to exceed ten pages in length, (single-spaced, 12-point). At a minimum, the SOC shall address the following areas: 1) Capability and experience in designing, developing, integrating and testing of products/updates similar in nature to those described above 2) Financial capability to design, develop, install, integrate and test products/updates; 3) Understanding of working in conjunction with defense contractors and on major weapons systems efforts; 4) Experience in meeting cost, schedule and performance goals; and 5) Demonstration of ability to meet security requirements to include obtaining a Secret Industrial Facility Clearance and generating, processing, and storing Secret materials. Note that sources bidding on this acquisition must be U.S. based, and personnel supporting this contract must have or be able to obtain a minimum of a Secret Clearance. 6) Specific technical data required to perform this effort Standard brochures, if directly applicable, are acceptable and will not count against the ten-page count. Small business firms having the interest, capability or ability to provide such effort are encouraged to participate. Potential sources should indicate if they are small, small and disadvantaged, or minority or woman-owned. Organizational conflict of interest and associate contractor agreement provisions and clauses may be invoked. This synopsis is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a Request for Proposal. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government will not be responsible for SOC preparation costs. A site visit is not considered necessary for the preparation and submittal of a statement of capability. However, provisions for potential sources to brief the V-22 Osprey Program Office, PMA 275, in 2 hour time slots will be made available at Patuxent River Naval Air Station, MD, from 14-30 March 2005, as requested. Statements of capabilities must be delivered by 3:00 pm Eastern Daylight Savings time on 31 Mar 2005 to NAVAIR 2.3.3, 47123 Buse Road, Bldg 2272, Suite 155 Patuxent River, MD 20670-1547, Attn: Ronald Guy. Submissions should include 2 original copies in a paper format and 1 additional copy that is preferably on a CD-ROM media in a MS Office compatible format. Note that submissions will not be returned. Note 25: Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
 
Record
SN00741509-W 20050129/050127212224 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.