Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2025 SAM #8514
SOURCES SOUGHT

16 -- V-22 Mission Processor

Notice Date
3/17/2025 6:26:39 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM275-0372
 
Response Due
4/30/2025 2:00:00 PM
 
Archive Date
05/15/2025
 
Point of Contact
Erin M. Walker
 
E-Mail Address
erin.m.walker12.civ@us.navy.mil
(erin.m.walker12.civ@us.navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of the V-22 Joint Program Office (PMA-275), is seeking sources with an existing avionics mission computer that can meet the PMA-275 additional mission processing requirement. Current use cases would be capability for applications interfacing over Ethernet with the current mission and display computer. These could include navigation, digital map, and general computing capabilities. The new mission computer is expected to be an existing qualified (MIL-STD-810 environmental, MIL-STD-461 E3 and MIL-STD-704D Power) system, with at least the following interfaces: Ethernet, Digital Video inputs and outputs to include compatibility with SMPTE-292, MIL-STD-1553, RS-429 and RS-422. While not limited to this, the objective is for candidate solutions to already support demonstration of Design Assurance Level (DAL) compliant Modular Open System Approach (MOSA) utilizing Future Airborne Capability Environment (FACE) and Hardware Open Systems Technologies (HOST) standards. The responses of the Sources Sought will also be used to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition. DISCLAIMER THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL REQUEST FOR PROPOSAL (RFP). FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENTWIDE POINT OF ENTRY WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 BACKGROUND The V-22 Joint Program Office has sustainability, security/integrity and future functional relevance requirements demanding consideration of an additional mission systems computer that can be used to offload and/or enhance operation of the existing Integrated Avionics Processors (IAPs) that currently manage the V-22 mission systems architecture. This Sources Sought is interested in Sources that have a qualified system already designed and available for production that can be used to fulfill current and predicted new processing requirements. ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed 10 single spaced pages to carri.m.villarreal.civ@us.navy.mil no later than 5:00PM Eastern Daylight Time (EDT) 04/09/2025. The LOI shall include the following information to verify credentials (do not submit classified information). CAGE code, DUNS Number, and mailing address Business size. Indicate whether you are a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern. POC information and mailing address to receive the GFI package POC to receive additional information or clarification POC for non-disclosure agreements (NDA) Signed GFI NDA Blank Copies of Respondent�s NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details) Describe your company�s ability to manage and secure classified information REQUESTED INFORMATION Following the Letter of Intent and authorization to receive GFI, NAVAIR expects to receive from each respondent a capability summary, which contains a detailed description of the product(s) and supporting technical data. GFI shall be provided to interested sources upon authorization (Paragraph 5.0). Each capability summary should include as a minimum: An UNCLASSIFIED description of the proposed system End product physical and performance technical data How the system meets the performance requirements stated herein and in the GFI package (Paragraph 5.0) Point of Contact (POC) to receive additional information or clarification including name, phone number, and email address Extent to which the unit meets MOSA principles If applicable, DO-178 and DO-254 DAL levels certified to, and highest level designed to be certified to Operating system(s) currently used Built In Test (BIT) description Ability to load components with authorized software and/or firmware prior to delivery as well as experience in making changes to software to fix discrepancies and potentially adding capability. Delivery of support equipment and components for validation and verification. Procurement of components to be kitted for retrofit, and spares to Interim Spare Warehouse. Obsolescence management efforts including but not limited to obsolescence trade studies, storage of obsolete piece parts, obsolescence component testing and bridge buys or Life-of-Type buys RESPONSES Data Marking. In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter of Intent and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Record of Receipt. Responding parties must submit a record of receipt of the GFI package to erin.m.walker12.civ@us.navy.mil by 5:00PM EDT 04/18/2025. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 5:00PM EDT 04/30/2025 to the following addresses: Jeffrey Norris- jeffrey.a.norris.civ@us.navy.mil Erin Walker- erin.m.walker12.civ@us.navy.mil Provide full responses with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 30 pages and must be in English. Classified information or material SHALL NOT be submitted. QUESTIONS Questions regarding this Sources Sought can be directed to Erin Walker at erin.m.walker12.civ@us.navy.mil Summary THIS IS A SOURCES SOUGHT FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A RFP. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT The information provided in the SOURCES SOUGHT is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this sources sought 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fddb6357d3e64646b41d59ea6bb3d62c/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN07375115-F 20250319/250317230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.