Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
MODIFICATION

16 -- 16 ? V-22 AVIONICS SYSTEMS ENGINEERING AND SOFTWARE SUPPORT ACTIVITY (SSA)

Notice Date
11/7/2006
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-05-G-0008-XX01
 
Response Due
11/16/2006
 
Archive Date
11/16/2006
 
Point of Contact
Daniel Chambers, Contract Specialist, Phone (301) 757-6539, Fax (301) 757-6516, - Robert Hufford, Contract Specialist, Phone (301) 757-6537, Fax 301-757-6516,
 
E-Mail Address
daniel.chambers@navy.mil, robert.hufford@navy.mil
 
Description
V-22 AAAS/SSA Synopsis 1. P!! 2. 1101!! 3. 06!! 4. N/A!! 5. 20670-1127!! 6. 16!! 7. Commander, Naval Air Systems Command (Code 2.5.1.8.2.2), 21983 Bundy Rd, Bldg 441, Patuxent River, MD 20670-1127!! 8. 16 ? V-22 AVIONICS SYSTEMS ENGINEERING AND SOFTWARE SUPPORT ACTIVITY (SSA)!! 9. N00019-05-G-0008!! 10. 111606!! 11. Contact Mr. Daniel Chambers (Contract Specialist), Phone (301) 757-6539, Daniel.Chambers@navy.mil or LCDR Wade Rindy (Contracting Officer), Phone (301) 757-2091, Wade.Rindy@navy.mil!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. The Naval Air Systems Command (NAVAIRSYSCOM) PMA-275 intends to award a Delivery Order on a Sole-Source basis under BOA N00019-05-G-0008 to Raytheon Technical Services Corporation (RTSC) to provide services and products in the areas of V-22 Avionics Systems Engineering and V-22 Software Support Activity (SSA). This effort requires intricate knowledge of avionics systems and software used by the V-22 platform, which is poised for two key program milestones - Initial Operational Capability (IOC) for MV-22 anticipated in June 2007 and Initial Operational Test and Evaluation (IOT&E) for CV-22 anticipated in October of 2007. RTSC is the only known source independent of the V-22 prime contractor that has the prerequisite knowledge and expertise required to execute the following efforts without significantly impacting schedule and cost constraints of the program: (A) V-22 Development Avionics Systems Engineering. RTSC will continue to provide avionics developmental engineering, Configuration Management (CM), Data Management (DM), and logistics engineering for Full Authority Digital Engine Controller (FADEC), engine and aircraft health monitoring systems (Vibration, Structural Life, and Engine Diagnostics (VSLED)), Drive System Interface Unit (DSIU), Ice Protection System (IPS), Wing Fire Protection Controller (WFPC), Fuel Management System (FMS), Forward Looking Infrared (FLIR), Digital Map System (DMS), Auxiliary Power Unit (APU), Directed Infrared Countermeasures (DIRCM), Suite of Integrated Radio Frequency Countermeasures (SIRFC), and a Multi-Mode Radar (MMR) for low altitude "nap of the earth" flying. Engineers are shared between V-22 Development Avionics Systems Engineering and the Software Support Activity (SSA) so that the same engineer working on the latest V-22 avionics development is also working to solve V-22 fleet issues and recommending fleet enhancements. RTSC engineers also provide extensive inputs into avionics development, integration, and production by working on V-22 avionics Integrated Product Teams (IPTs) with the prime contractor (Bell-Boeing), avionics suppliers, and the Government. RTSC is the Governments designated representative to perform Formal Qualification Testing (FQT) of the V-22 Operational Flight Program (OFP), JVX Application System Software (JASS). (B) V-22 Software Support Activity (SSA) and Software Development. RTSC will continue to provide avionics systems and software engineering to resolve post-production issues and develop enhancements for autopilot (a.k.a. Flight Director), navigation, control of communication systems, aircraft & engine health monitoring, mission management and mission planning correlation, sensors & EW management, and reporting and management of various other subsystems. The Navy intends to award a Sole-Source, Cost Plus Fixed Fee Delivery Order for this requirement. The period of performance is to start 02 January 2007 through 31 December 2007. The estimated issue date for this Order is 02 January 2007. Services under current contract number N00421-02-D-3073 with Raytheon Technical Services Corporation expire 31 December 2006. This synopsis is for information purposes only.*****
 
Place of Performance
Address: Raytheon Technical Services Co., LLC, 6125 E 21st Street, Indianapolis, IN
Zip Code: 46219-2058
Country: UNITED STATES
 
Record
SN01177611-W 20061109/061107221035 (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.