The RFP Database
New business relationships start here

AirFASE Licenses, Support, and FAP Update for P-8A


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Air Systems Command (NAVAIR) plans to procure: (1) approximately eight AirFASE (Flight Analysis and Safety Explorer) software licenses; (2) software support of approximately thirteen AirFASE and ADSQ licenses for 5 years; and (3) a software modification to the ground-based AirFASE® (Flight Analysis and Safety Explorer) software toolset used by NAVAIR for the determination of airframe and engine usage from flight data generated by the P-8A Poseidon aircraft. This software modification must associate P-8 flight data of any age with the appropriate AirFASE® Flight Analysis Program (FAP) regardless of ACMS (Aircraft Condition Monitoring Software) version. NAVAIR plans to accomplish the procurements using at least two contract actions. The first planned contract action will procure the licenses and software support. The second will procure the software modification. The first action is planned to be awarded in the second quarter of Government Fiscal Year 2020 (FY20). The second action is planned to be awarded in the third quarter of Government FY20.
DISCLAIMER:
This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice.
Background:
Teledyne is the Original Equipment Manufacturer (OEM) of the AirFASE Software tool. ADSQ (AirFASE Data Software Query) allows batch export of parametric data from processed flights and stores them as individual CSV (comma separated value) files. The AirFASE software suite enables parsing, analysis and export of raw flight data captured by the Multi-Functional Data Acquisition Unit (MFDAU) into engineering useable units using user-defined filters and parameter sets. AirFASE is the only tool available to perform this process for P-8A full flight data and provides access to over 5000 parameters. Access to the data is critical from a Propulsion and Power standpoint, as the data is utilized for mission analysis validation and risk analysis purposes. The data substantiates current life limits on life limited engine components and provides the basis for future life extension efforts, which will result in significant cost savings over engine total lifetime due to increased utilization and fewer premature removals and replacements of costly critical rotating components. In addition to approximately eight AirFASE software licenses and software support of approximately thirteen licenses for 5 years, NAVAIR requires a software modification of the AirFASE® product such that the product contains an Automatic Aircraft and Analysis Detection mechanism (referred to informally as the "Archive Feature"). This mechanism will associate P-8 flight data of any age with the appropriate AirFASE® FAP regardless of ACMS version. Data output from AirFASE® will then more effectively support the disciplines of engine life management of life limited parts and tracking of airframe structural life.

SUBMISSION DETAILS:
Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct competitive procurements. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.
(1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.
(2) Business: Due to the fact that Teledyne is the OEM of the AirFASE software, each interested party (other than Teledyne) must include teaming agreement (or equivalent document) signed by Teledyne indicating that Teledyne agrees to partner with or be a subcontractor to the interested party for the contemplated procurements.
(3) Execution: A description of the approach for obtaining and delivering the AirFASE Software within 30 days after contract award. A description of the approach for providing software support. A description of the approach for accomplishing the AirFASE Software modification.
(4) Any other specific and pertinent information that would enhance our consideration and evaluation of the Capability Statement.
Interested parties are advised against submitting a Capability Statement/Proposal that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
Responses to this Notice shall be sent via e-mail to Shantora Bennett at shantora.l.bennett1@navy.mil and Scott Segesdy at scott.segesdy@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Shantora Bennett and Scott Segesdy, will not be considered.


Shantora Bennett, CONTRACT SPECIALIST, Email SHANTORA.L.BENNETT1@NAVY.MIL - Scott Segesdy, PCO , Email scott.segesdy@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP