Cockpit Avionics Demonstration

Agency:
State: Alabama
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159070281385386
Posted Date: Mar 4, 2024
Due Date: Apr 3, 2024
Source: Members Only
Follow
Cockpit Avionics Demonstration
Active
Contract Opportunity
Notice ID
W58RGZ-24-R-AVAR
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 04, 2024 12:59 pm CST
  • Original Response Date: Apr 03, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1520 - AIRCRAFT, ROTARY WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

REQUEST FOR INFORMATION (RFI) Support for CH-47F/US Army Aviation Enterprise Cockpit Avionics Demonstration Over Three Phases. 1.0 Descriptin 1.1 Scope: In order to meet the requirements in PEO Aviation’s Reference Architecture, The Program Manager, Cargo Helicopters office (PM Cargo) in a collaborative effort with the Tactical Applications Program Office (TAPO) and the Utility Helicopter Program Office (PM Utility) intends to conduct a Modern Open Systems Architecture aircraft avionics demonstration in three phases. Phase one consists of a palletized equipment demonstration upon a CH/MH-47 aircraft as a proof of concept. Phase two consists of an experimental test article prototype demonstration on a CH-47F Block II aircraft. Phase three will consist of MWO and ECP development for a full fielding of the mature solution. The demonstration information requested is in support of the following capabilities and line replaceable units (LRU): (detailed requirements and tech data contained in Appendix A) • Remote, Large Format, Multi-Function Flight Displays. These will support Degraded Visual Environment Sensor display requirements integrated into the primary flight display. • High Design Assurance and Data Assurance Adjunct Processing LRU, with dual redundancy. • Low DAL Mission Processing capability (Single LRU, limited redundancy) • High DAL and Data Assurance Flight Control Computer. • Communication Radio, Navigation Radio, and Surveillance Transceiver radio 3rd party control software. • Degraded Visual Environment Sensor control software. • Tablet support hardware and software with cybersecure data transferring and network data exchange capabilities.



1.2 Request For Information (RFI) Only: This RFI is issued solely for information and planning purposes – it does not constitute as 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 contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The RFI respondees 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 interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: htps://www.fbo.gov and the GSA E-Commerce Central website: htp://www.gsa.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



2.0 Background The Army aviation enterprise is entering a transformation phase with the FVL initiatives moving forward. During this transformative period, the enduring aviation fleet faces multiple challenges including obsolescence, and requirements for new technology insertion. The demonstration information requested in this RFI will be evaluated for technical maturity, and readiness, and the demonstration phase two will be adjusted to reflect the available technology within the timeframe proposed. (Phase 2 ready for developmental flight test Spring 2025.



2.1 Delivery dates:



The general timelines proposed are:



Requests for information due 3 April 2024



RFI evaluations complete May 2024 :



Future Requests for Proposal June 2024



Future: Potential Award(s) October FY 24



Future: Pallet Display at Cribbins Symposium Fall 2024



Future: Phase 2 RFPs Fall 2024



Future: Phase 2 flight/display AAAA Nashville April 2025



2.2 TRL Maturity: The technical maturity of the proposed solutions will be TRL 5 or greater to be considered. The ability to integrate into the demonstration and within the proposed timelines will be important factors.



2.3 Limitations: Not specified at this time.



2.4 Security Requirements: Not specified at this time.



3.0 Requested Information.



The requested information is to confirm government cost estimate (GCE), technical readiness level, available solutions, timeline, and available demonstration participants. Respondents should indicate Size Weight and Power (SWaP) for proposed solution/architecture as well as form/fit/functional description/assessment. Minimal disruption of current aircraft configuration is desirable.



4.0 Responses



4.1 RFI Whitepaper. Interested parties are requested to respond to this RFI with a whitepaper. The RFI whitepaper should be in Microsoft Word for Office compatible format and due NLT 3 April 2024, 1600EST. The whitepaper response is limited to 5 single-sided pages per proposed solution and limited to an overall total of 25 single-sided pages for proposed solutions and submited via e-mail only to the Contracting Officer Barb Lupo, (Contracting Officer) barbara.l.lupo.civ@army.mil and the PM Cargo Point of Contact (POC): Thomas Miskowiec, Deputy Product Manager, Thomas.r.miskowiec.civ@army.mil. The RFI whitepaper should address the following:



Remote, Large Format, Multifunction Display(s) proposed, technical readiness, statement on qualification/data assurance level (if any).



• High DAL and Data Assurance Adjunct Processing capability, technical readiness, statement on qualification/data assurance level. Ability to rehost/reuse existing mixed criticality CH-47F SW solution.



• Low DAL Mission Processor capability solutions, technical readiness, statement on qualification/data assurance.



• Flight control computers: RTOS/OSU proposed, include qualification and data on technical maturity, and proposed host environment for CH-47 Flight control software (Boeing proprietary product, ICD would be provided to acceptable LRU vendor thru PDPA) • Communication Radio/DVE/Surveillance/Nav radio control software: Cite technical maturity, qualification data, knowledge of ARINC 661 protocols for integration/interfaces. • Tablet support: Cite protocols (Bluetooth, Wi-Fi, wired, etc.), cybersecurity, qualification data, technical maturity, and open interface(s) if any.



4.2 Other Whitepaper Considerations: Whitepapers will be evaluated on meeting the PEO Aviation Reference Architecture and on the detailed understanding of MH/CH-47 avionics systems integration and challenges, MH/CH-47 structures, wiring, networks, avionics and mission equipment. A history of avionics integration, and project execution is also desirable.



Proprietary information, if any, should be kept to minimum and MUST BE CLEARLY MARKED. The whitepaper needs to answer the technical maturity and architectural considerations addressed in this RFI. To aid the Government, segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government’s personnel to review and evaluate the submited whitepaper in response to this RFI, the respondee should request to sign PDPAs with the Government. The following is the list of Government Point of Contact (POC) for the evaluation of the RFI whitepaper:



• Thomas Miskowiec, (256) 783-5373, Thomas.r.miskowiec.civ@army.mil



• CPT Roberta Woronowicz, (206) 491-2440, roberta.m.woronowicz.mil@army.mil



• Scot Rosengren, (256)-808-4928, scott.c.rosengren.civ@army.mil



Please note that all PM Cargo, PM Utility, and TAPO government or contractor personnel have executed Non-Disclosure Agreements (NDA) for all project information related to the demonstration Initiative.



4.3 Company Information. The RFI whitepaper should provide the following information:



• Company Information. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.



• Government Contractual Vehicle Information. Identify the Government technical service contract vehicle that can provide services for US Army PEO AVN, MOSA, or other applicable technical support efforts, and the recommended contracting strategy.



• Proprietary Information. Identify and handle of respondee’ s company proprietary information should include either:



o Copies of executed NDAs with the Government or



o A statement stating the respondee will not allow the Government to release its proprietary data for the RFI whitepaper evaluation.



5.0 Meetings and Discussions



The Government representatives may or may not choose to meet with potential RFI service provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks.



6.0 Questions



Questions and the whitepaper regarding this RFI should be submited in writing by e-mail to the PM Cargo Helicopters, CH-47F Deputy Product Manager, Mr. Thomas Miskowiec, thomas.r.miskowiec.civ@army.mil



7.0 Summary



This RFI is only intended for the Government to identify sources that can provide technical solutions and participate in a collaborative technology demonstration with other vendors. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.



All responses shall be submited to the US Army Contracting Command, ATTN: CCAM-NSB/Barbara Lupo, (Contracting Officer) barbara.l.lupo.civ@army.mil and courtesy copied to Cargo Helicopter Product Management Office, Thomas Miskowiec, Deputy Product Manager, Thomas.r.miskowiec.civ@army.mil. Your response is required no later than 1500 CDT 3 April 2024 . All questions and comments must be via electronic e-mail, and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any services.



Classification Code: 15 – Aircraft & airframe structural components



NAICS Code: 336411 - Aircraft Manufacturing Contracting Office Address:



US Army Contracting Command, ATTN: CCAM-NSB / Barbara Lupo, barbara.l.lupo.civ@army.mil



Place of Performance: Redstone Arsenal, AL 35898



Point of Contact(s): Barbara Lupo, ACC-RSA - Aviation, barbara.l.lupo.civ@army.mil




Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 04, 2024 12:59 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >