Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
SPECIAL NOTICE

16 -- H-1 HMD Request for Information

Notice Date
9/28/2012
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
23135-9-28-12
 
Archive Date
11/10/2012
 
Point of Contact
Louise M.H. Joy, Phone: 3017575287, Andrew H Warner, Phone: (301) 757-5250
 
E-Mail Address
louise.joy@navy.mil, andrew.warner@navy.mil
(louise.joy@navy.mil, andrew.warner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
It is the Government's intent to perform market research in support of a Helmet Mounted Display (HMD) system for the UH-1Y and AH-1Z aircraft. The purpose of this request for information is to identify candidate systems that meet the Government's requirements as reflected in this announcement. Candidates should submit a capabilities statement package as set forth below. THE PURPOSE OF THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. FURTHER, THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT. NO CONTRACT SHALL BE AWARDED BASED ON RESPONSES TO THIS MARKET RESEARCH. The Government prefers a non-developmental HMD system that can be fully integrated into the UH-1Y and AH-1Z aircraft to provide desired capabilities. The goal is to deliver HMD capability to fleet deployed H-1 helicopters in 24 months. The HMD system should be capable of displaying flight critical situational awareness symbology in addition to weapons control symbology and should be capable of off-axis tracking. The following attributes are desired: • A non-developmental, fully qualified system, able to be integrated and tested by June 2015 • All system software shall be compliant with the Future Airborne Capable Environment (FACE) Technical Standard, edition 1.0, version 2.9, or subsequent (https://www.opengroup.us/face) • Should not require personalized helmet • No peculiar support equipment shall be required • Ability for Fleet Marines to load all software through a common software fill port with the organic Navy memory loader verifier set • Boresighting Reticle Unit must be compatible with Aircraft Boresighting Equipment (ABE) • Boresight capability while in flight • Operational Availability (Ao) >.9 • Repair Turn Around Time (TAT) < 45 days • Data license equivalent to a Government Purpose Rights license on all source code utilized in the system. • Flexible software integration based upon advanced partitioned code and compatible with VX WORX and/or Integrity RTOS. All processing functionality able to be delivered as a software module that can be hosted on existing mission processors (preferred), or a card-based solution that can be hosted in existing mission processors. • Fully dual-redundant system that retains full system functionality at each pilot station in the event of a single station failure. • The HMD shall be capable of 24 hour mission use (day to night and night to day hot swappable without resetting systems) while in flight • Common day and night optics preferred. Minimal Cockpit stowage footprint for day and night optics if separate. • Capability of using existing collective switches for brightness control and de-cluttering • Utilizes existing ANVIS NVG technology • Compatible with AR5 and JSAM chemical and biological protective ensemble • Common system for UH 1Y and AH-1Z • Vendor shall internally manage and fund all obsolescence efforts until 2022 or 10 years after initial fleet fielding, whichever comes later • Interfaces with RS-232/422, MIL-STD 1553 data bus and 10/100/1000 Base T Ethernet standards for future growth. • Compliant with MIL-STD-461D • Compliant with MIL-STD-704D • Compliant with MIL-STD-810F • Operate on 28 Volts DC power and require no more than 170 Watts of power to operate • Aircraft system integration weight should not exceed 48 lbs • If not software based, maximum individual LRU size should not exceed 600 cubic inches total • If not software based, Constraint of largest LRU is that one dimension shall not exceed 6.00" • System (displays and helmet) must meet, as a minimum, the SOF requirements of the HGU-84/P (as defined in the HGU-84/P specification). • System allows 99th percentile pilot sufficient clearance in both a H - 1 cockpits• Helmet display provides day and night aircraft state symbology (heading, attitude, altitude, • Helmet tracking provides weapons aiming data in accordance with current specifications airspeed, Nav data, master caution, etc.) • Helmet provides day and night control of off axis gun • Day and night weapons control symbology for rocket delivery data, hellfire missile data, AIM-9 missile data, on axis (fixed) gun data • Potential for growth in night vision performance as industry standards improve • System display should allow for multiple symbology de-clutter levels Not more than 22 system sets will be required for lab testing and integration testing. The system shall be producible in adequate quantities to allow production installations at a rate of up to 32 aircraft per year and retrofits up to 40 aircraft per year. A total aircraft quantity of 349 plus spares and potential FMS cases is anticipated. Interested businesses should submit a brief capabilities statement package (between 8-10 pages; however, exceptions are permitted) demonstrating ability to provide the requirements listed in this RFI and any additional system capabilities. The capabilities statement package should include: 1. Company information, including name, address, and URL; 2. Whether the company is a manufacturer or a distributor; 3. A point of contact for follow-up information (phone number and email address); 4. Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system total weight, technical maturity, system verification and test results, quantities and points of contact for any currently fielded systems; 5. Please indicate the level of training and user support that is available; 6. Lead time for ordering; and 7. Methodologies of addressing obsolescence and any product risks. All information received will be treated as public knowledge; therefore, vendors should not submit proprietary information in response to this RFI. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Classified material SHALL NOT be submitted. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any follow-on information. This request for information is for market research only. The applicable NAICS code for this requirement is 336413. Companies shall submit responses to this request for information by e-mail to Louise Joy, Contract Specialist, louise.joy@navy.mil. Responses to this RFI are to be submitted by noon, Eastern Standard Time (EST) on 26 October 2012. E-mail any questions to Louise Joy; louise.joy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/23135-9-28-12/listing.html)
 
Record
SN02903482-W 20120930/120929000330-68c92b0bc4f89eeb2d3b93124d335f83 (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  © 1994-2020, Loren Data Corp.