Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOURCES SOUGHT

58 -- Aviation Common Data Loader for AH-64, CH-47F, OH-58F, UH-60M Request for Information/Sources Sought

Notice Date
6/5/2013
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-13-R-CDL1
 
Response Due
6/20/2013
 
Archive Date
8/4/2013
 
Point of Contact
ray byrd, 256-842-1205
 
E-Mail Address
ACC-RSA - (Aviation)
(ray.byrd@peoavn.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ACTION CODE: Sources Sought NAICS CODE: 423430 CLASS CODE: 5895 SUBJECT: Aviation Common Data Loader SOLICITATION NUMBER (RFI): W58RGZ-13-R-CDL1 SET-ASIDE CODE: N/A RESPONSE DATE (MM-DD-YYYY): 06-20-2013 PLACE OF PERFORMANCE: Department of the Army, Army Contracting Command - Redstone ATTN: CCAM-ARC, Building 5309, Martin Road Redstone Arsenal AL, 35898-5280 DESCRIPTION: DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited. **********THIS IS NOT A SOLICITATION FOR PROPOSALS********** **********THIS IS A SOURCES SOUGHT SYNOPSIS ONLY********** Information obtained from this sources sought synopsis is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this sources sought synopsis. No contract will be awarded from this announcement. Data submitted in response to this sources sought synopsis will not be returned. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted under this sources sought synopsis. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. PEO Aviation Tactical Systems Branch Applicability: AH-64, CH-47F, OH-58F, UH-60M Based on the exponential growth of digital data on aircraft and significant growth in use/re-use of recorded data and derived analysis results in the need for higher volume, faster download, lower total ownership cost, and reduced logistics footprint. Additionally, the U.S. Army desires extensible, functional requirements: mission recorder, crash survivability, data loader, digital video recorder, maintenance diagnostics, and encryption of recorded data among its aviation assets. A cross domain solution that provides hardware and software for the transfer of information between the DoD's classified and unclassified networks. This transfer of information between networks of different security domains is conducted using various cross domain guard technologies and accomplished with high assurance, speed, and integrity. The desired approach includes a single, common high capacity recorder combining independent capabilities into a multifunctional solution for cost savings, ease of integration, decreased logistics footprint, and reduced life cycle costs. This solution would also serve as a ready replacement for legacy recorders that go out of production, become obsolete/unsupportable, or require upgrade of operational capability. It is imperative the solution use of a mature, fielded, well-defined inter-service software standard to allow for non-proprietary use and development of third-party software packages. Please submit your product information if it meets the required capabilities below. Required Capabilities: User Workload: Cannot increase user workload in the cockpit Storage: Capability to have at least 4 storage drives in one device All storage types must be user removable media Consolidate to one primary media type while being backwards compatible with older media Option for Compact Flash Memory Type 1 storage greater than 128 GB Option for PCMICA Flash memory storage greater than 4 GB Option for SSD memory storage greater than 300 GB Encryption and Classification: Capable of classified data processing Capable FIPS 140-2 Type 1 and Type 2 Encryption Provides hardware and software for the transfer of information between the DoD's classified and unclassified networks Encryption key wipe and drive wipe capability Capable of clear/purge I/A/W SP 800-88 (REV1) Key Management: Encryption keys must be easily shared across multiple aircraft and platforms Encryption keys must be easily shared across multiple computers Physical Interfaces: At least 4 Gigabit or higher Ethernet digital communication interfaces At least 2 MIL-STD-1553B digital communication interfaces At least 1 Fiber Channel digital communication interfaces At least 1 SATA digital communication interfaces At least 1 RS232 digital communication interfaces via CMWS Connectors should be adaptable to each platform to prevent rewiring of aircraft Protocols Supported at a Minimum: FTP TFTP CIFS/SMB Component Size: Weight - less than 4 lbs. Component Power: Consume less than 25 Watts at 100-125VAC, 1.55Amps, 380-420Hz single phase. Component: Family of System (FOS) utilizing a Modular Open System Approach (MOSA) Have the ability to obtain an airworthiness release (AWR) for utilization in flight Source data necessary to facilitate Airworthiness Release (AWR) approval Minimal impact to aircraft structures Reach full qualification approval within 6-9 months from full procurement contract award Provide warranty and level of customer support Level of Repair Analysis (LORA) indicating the skill level required for the repair of the common data loader Identify any necessary training materials required for operation Identify any assumptions Extensible to allow for ease of memory replacement and obsolescence issues Certification and Accreditation: MIL-STD-810G DO-178B - Level B (Hazardous) DoD 8500 Defense Information Assurance Certification & Accreditation Process (DIACAP) AR 25-2 AWR NSA for encryption The attributes listed below are advantageous to the Common Data Loader: Storage: Option Compact Flash Memory Type 2 storage greater than 128 GB Encryption and Classification: 2 Channel Cross Domain Solution Component: Have 1 (one) configuration to satisfy all aircraft List of airframe impacts and modifications necessary Proposed schedule for reaching First Article Test (FAT), fielding Government Furnished Equipment/Information (GFE/I) requirements Tradeoffs identified Incremental and phased approach to achieve all desired requirements The attributes listed below would further benefit the Common Data Loader: Encryption and Classification: 3 Channel Cross Domain Solution Please provide as much technical specifications as possible. Photographs are also welcome. This Request for Information (RFI) is issued for informational planning purposes only and does not constitute a solicitation or commit the Government to award a contract, now or in the future. Submitting information for the RFI is voluntary, and participants will not be compensated; this is not a request for proposal, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Instructions If after reviewing these requirements, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements and the five items listed below: 1.Executive Summary 2.Company Capabilities to include both optimal monthly production capacity and maximum monthly production capacity 3.Detailed Product Description 4.Unit cost estimate 5.Points of contact (including name, email address, phone number, and fax number) for customers currently using ground support equipment that your company has manufactured or is currently supporting logistically (if applicable) 6.Appendices (if required) Both large and small businesses are encouraged to participate in this market research. Questions relative to this market research should be submitted to Katherine Pettey at Katherine.Pettey@us.army.mil or Ray Byrd at ray.byrd@peoavn.army.mil or Dexter Hornsby at dexter.hornsby@peoavn.army.mil. The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. In addition to an e-mail response, the Government requests interested sources provide two (2) hard copies of their response to be mailed to: ACC- Redstone CCAM-AR-C Attn: Katherine Pettey/Ray Byrd/Dexter Hornsby Bldg 5309, 2nd floor Room 9237 Redstone Arsenal Huntsville, AL 35898-5000 Participants are encouraged to complete the following Contractor Capability Survey. Responses must be received no later than close of business June 20, 2013 CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution. * Company Name: * Address: * City/State/Zip: * Point of Contact (POC): * Phone # for POC: * Fax # for POC: * E-mail Address: * CAGE Code: * Web Page URL: * North American Industry Classification System (NAICS) Code: * Based on this NAICS Code, state whether your company is: Large Business(YES/NO) Small Business(YES/NO) Woman Owned Small Business(YES/NO) Small Disadvantaged Business(YES/NO) 8(a) Certified(YES/NO) HUB Zone Certified(YES/NO) Veteran Owned Small Business(YES/NO) Service Disabled Small Business(YES/NO) Central Contractor Registered(YES/NO) * A statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions 1. Provide a description of your company's current engineering and production capabilities. 2. Explain your company's quality and configuration control program for the manufacture of hardware (e.g. ISO 9000 series). Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured. 3. If the system(s) has already been procured by other government organization, please provide the contract numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb88b06e4007ef88a15d0425ef4d3906)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03081265-W 20130607/130606002434-eb88b06e4007ef88a15d0425ef4d3906 (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.