The RFP Database
New business relationships start here

C-5 Avionics Mission Systems Sustainment (AMSS)


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

GENERAL INFORMATION
This is a Request for Information (RFI) only as defined in Federal Acquisition Regulation (FAR) 15.201(e) to obtain information about capabilities and market information related to performing an architectural study analysis of a semi-federated avionics architecture and accompanying software for the C-5M Super Galaxy.  Georgia Tech Research Institute (GTRI) is under contract to perform the study based on their ability to assess Cost, Schedule, Performance and Risk for transition from a generic integrated architecture to a semi-federated architecture.  They will also assess possible reduction of lifecycle costs and ease of obsolescence management while maintaining current system performance requirements and interoperability.

This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the United States Air Force (USAF) to form a binding contract.  Companies that respond will not be paid for the information submitted. Industry responses to the RFI will be assessed and may assist in potential future source selection actions.  Companies are advised that, should a contract for these services be pursued by the USAF, the request for a proposal response from the companies, subsequent review and negotiation time will be significantly condensed. 

The USAF will be utilizing GTRI personnel under this RFI; Tamara.Torres@gtri.gatech.edu Program Manager (PM) and Glen.Vinson@gtri.gatech.edu Engineer (Engr). The role of the GTRI personnel is to function as technical advisors to the USAF reviewers.  The GTRI personnel will have access to the information submitted in response to the RFI, and will provide technical expertise and/or advice as required to complete the study.  All GTRI personnel have Non-Disclosure Agreements on file with the USAF. 

GENERAL INTENT

DESCRIPTION

The USAF provides this RFI inviting industry to provide information on their current and future capabilities for a semi-federated avionics replacement for the current C-5M integrated avionics architecture.  All instruction and technical information shall be in the English language.

BACKGROUND

The USAF is performing an architectural study analysis to inform the development of requirements for a modification to the existing C-5M core processing environment and software in the existing avionics suite to enable the platform to reach its expected end-of-life in the year 2056. GTRI will perform necessary analysis to enable the USAF to evaluate alternative architectures prior to initiating an Engineering and Manufacturing Development activity.  The duration of this study effort is expected to be approximately one year, which commenced on 1 July 2019.


Today's C-5M core processing environment utilizes a proprietary design with limited data rights.  The C-5M Versatile Integrated Architecture, based on 1990s-designed electronics, has developed significant obsolescence problems.  It has also proven costly to perform software updates and qualification testing.


The USAF believes the areas of a semi-federated core processing environment and lifecycle cost management are important areas of consideration. Responders should feel free to add and discuss any others that they feel are relevant.


The USAF goal is to transition to a semi-federated architecture and invites industry to provide information on their current and future capabilities in the following areas of interest that are considered requirements of a new architecture:


 

•·         Modular open architecture built on government reference standards

•·         Utilization of commercial or open source Real Time Operating System (RTOS) and compiler suites (e.g. LynxOS, VxWorks, Green Hills Integrity) utilizing an ARINC 653 standard

•·         Industry standard backplane and processing elements

•·         Non-proprietary interfaces

•·         Utilization of commercial or open source Real Time Operating System (RTOS) and compiler suites (e.g. LynxOS, VxWorks, Green Hills Integrity) utilizing an ARINC 653 standard

•·         Physical Separation of mission and air vehicle functions

•·         Functional separation of software (e.g. communications, intelligence and defensive systems, advisory systems, diagnostics, etc.)

•·         Ethernet and MIL-STD-1553 bus connectivity 

•·         Common implementation of data bus monitors to support addition of federated systems without disturbing safety critical systems

•·         Red/Black separation to enable simultaneous processing of classified (up to SECRET) and unclassified information without possibility of comingling

•·         Classified data sanitation methods

•·         Retention of current cryptographic certified equipment: KY-58M, KYV-5M, MIDS/JDRS


 


The following areas are considered goals of a new architecture:

•·        Government Purpose Rights or unlimited rights on hardware/software solution

•·        Consideration on the reuse of existing safety critical software modules

•·        Improved sustainability with regard to Automated Test Equipment, System Integration Laboratory, Technical Orders, and Government Data Rights

•·        Concurrent use of Operational Flight Programs (OFPs) between the aircraft and trainers (include ARINC 610 or contain the same hardware)

•·        Unclassified Data At Rest mass storage capability to retain maintenance and flight data

•·        Consolidated Load Panel update to include more field loadable systems

•·        Retention of software capability to displaying part numbers to the aircrew and maintenance crew

•·        Commonality with other Mobility Air Force platforms to reduce the logistics footprint in hardware sustainment

•·        Standard non-commercial clauses for technical data rights, DFARS 252.227-7013, and computer software, DFARS 252.227-7014, and DFARS 252.227-7015, Technical Data - Commercial Items, shall apply 

•·        Minimized complexity and installation requirements

•·        Minimized impact to other subsystems during software updates

•·        Minimized aircraft downtime to perform any modifications

•·        Elimination of vendor lock

•·       Increased competition


The USAF wants to reduce Lifecycle Cost (LCC) by developing an architecture with the following attributes:

•·        Ability to perform rapid software updates on the order of six months, using a "test-as-you-go" concept

•·       Reduced costs associated with software maintenance, testing and qualification over the existing, multi-year sustainment cycle

•·       Design alternatives that result in reduced testing time and testing of unrelated mission software e.g., Flight Management software updates should not impact Flight Controls or Communication/Navigation software 

•·       Commonality with other Mobility Air Force platforms to reduce the logistics footprint in hardware sustainment 

•·       Standard non-commercial clauses for technical data rights

•·       Minimized complexity and installation requirements

•·       Minimize aircraft downtime to perform any modifications


For all of the above requirements and goals, the USAF requests vendors to address the impact to Cost and Schedule, both from an Engineering & Manufacturing Development (EMD) and LCC perspective.  For this study, Rough Order Magnitude (ROM) estimates for impacts to cost and schedule are acceptable.

REQUIRED RFI RESPONSE

All responsible sources may submit information in response to this RFI.  Responses to this RFI are due no later than 08 Nov 2019. Responses should be submitted to Tom Kirkpatrick via email, barton.kirkpatrick.1@us.af.mil. ; Hard copy submittals are not required. If late information is received, it may not be considered by the USAF reviewers, depending on agency time constraints.  Please note: the USAF is not required to provide feedback to RFI Responders.   

RFI Responses should be submitted in White Paper format, and should reflect on the considerations presented above.  Your RFI submittal should be provided on standard letter size 8-1/2 by 11 inch paper, normal margins.  Electronic responses should be in Microsoft Word or searchable Adobe Acrobat format.  Electronic responses for ROM cost estimates should be in Microsoft Excel.  Existing commercial documentation and product literature can also be submitted. 


Responses must be unclassified and any Proprietary information provided must be marked accordingly.  To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following:

"The following contains proprietary information that (name of Responder) requests not be released to persons outside the USAF, except for the purposes of review and evaluation."

REQUESTS FOR CLARIFICATION / POINTS OF CONTACT

Direct all inquiries or requests for clarification in writing from the Contracting Office for any requirement that is unclear by sending an e-mail to the Contracting Point of Contact:

Mr. Tom Kirkpatrick, barton.kirkpatrick.1@us.af.mil.   ;

Any requests for clarification must be received no later than fourteen (14) business days prior to the close of this RFI in order to receive a timely response.  Clarifications may be posted on the RFI announcement website to benefit all interested Responders.  Interested Responders are encouraged to periodically check the website during the response period for clarifications.

DISCLAIMER

This is a RFI only as defined in FAR 15.201(e) to obtain information about capabilities and market information related to potential C-5M study planning purposes.  This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the USAF to form a binding contract.  Companies that respond will not be paid for the information submitted.   No telephone calls will be accepted requesting a bid package or solicitation.  


Alisha M Bradley, Contracting Officer, Phone 4789265429, Email alisha.bradley@us.af.mil - Barton "Tom" Kirkpatrick, Contracting Officer, Email baton.kirkpatrick.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP