The RFP Database
New business relationships start here

Cockpit Upgrade C-27


New Jersey, 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) in support of the United States Coast Guard (USCG) C-27J Asset Project Office is seeking information on how an interested contractor could provide a solution for cockpit upgrade that addresses obsolescence, capability enhancements, maintainability & reliability, flight computer interface (when necessary), and subsequent Airworthiness Certification for USCG Search & Rescue, Maritime Interdiction operations (MIO), and support mission support missions as required.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued 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 request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. 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 (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.


The C-27J is being integrated into the USCG Medium Range Surveillance Aircraft fleet. These cockpit upgrades assist the USCG fulfill its maritime patrol, drug and migrant interdiction, disaster response, search and rescue, transportation, and cargo missions more effectively. An upgraded cockpit will make the C-27J more capable of supporting various mission requirements.


The acquisition strategy for this procurement has not been determined at this time. Information received from this RFI will help make that determination.


White papers in Microsoft Word for Office 2010 compatible format are due no later than 25 Mar 2019, 12:00 PM EST. Responses shall be limited to 20 pages in length on 8.5 x 11 paper with one-inch margins and font no smaller than 10 pt. Times New Roman or Courier New. An additional 10 pages of charts, tables, and lists in Microsoft Excel on 8.5 x 11 paper with ½ inch margins and font no smaller than 10 pt. Arial will be allowed. Responses shall be submitted via e-mail ONLY to Charles.gill1@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Multiple submissions identifying seperate possible solutions from the same company are acceptable.  However, only 2 submissions per company will be accepted. Please be advised that all submissions become Government property and will not be returned.


Section 1 of the submission shall not be included in the 20-page limitation. It shall provide administrative information, and include the following as a minimum:
Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail of designated point of contact, recommended contracting strategy, and the facility security clearance of the potential offeror.


Section 2 of the white paper shall answer the guideline questions and address the equipment and functionality items addressed in Attachment 1 of this RFI and shall be limited to 20 pages Word and 10 pages Excel.


Explanation of the attachment: Attachment 1 is the Capability Requirements Prerequisite List (requirements).


Introduction and Over Arching Direction:


1. Briefly address your experience in performing a modification of this complexity. If possible, identify all primary subcontractors that are prospective teammates. Provide examples of past efforts that show the complexity and your ability to complete the entire project to include design, fabrication, installation testing and airworthiness. Please provide any historical contracts (provide only the contract number and brief overview) that have been executed or in the process of being executed that are similar to the scope of this effort.


2. The attachment addresses cockpit equipment in the C-27J aircraft that is either the subject of obsolescence issues and/or represents items that are associated with various desired capability enhancements discussed by end-users of the C-27J aircraft. The capabilities included are desired by some or all end-users. The desire is to collect industry inputs regarding the approach and feasibility of implementing these aspects. For each capability area, the attachment contains information regarding legacy equipment, legacy supplier, legacy part number, legacy item quantity, and some information regarding drivers for replacing and/or upgrading the equipment. Some additional notional detailed information associated with the preferred or desired characteristics, features, options for that capability are also provided where known. Contractor should identify a proposed cockpit solution utilizing this information. Contractor should identify where possible the reasons for selecting a system/equipment over another and should identify any known obsolescence or reliability issues with any legacy equipment. Contractor should identify, where possible, inherent equipment capabilities that exceed the identified capability requirement.


3. It is important to understand that the attachment does not include an all-inclusive list of items in the cockpit of the C-27J. The systems listed were thought to have relevance as far as obsolescence, supportability, and functionality or future enhancements by the end-users. The responses to this RFI are not limited to what is listed within the attachment. If new system design involves an item not listed, Contractor's should identify the equipment being changed, provide the corresponding rational for the change and identify any additional capabilities identified by the change using the guidelines provided below for integrating the change into a total solution.


4. There are some capability listings that are new and therefore no existing legacy equipment exists in its current state, alone, that can provide the desired capability. Furthermore, some capability listings, based on end user requirements, have been located within the attachment in certain locations and titled in such a way so as to imply association with legacy equipment. Responders to this RFI are advised that the enhancement listed provide our current plans for the associated system. Contractors are free, however, to provide alternatives to these solution sets, if it is felt that the enhancements are a better fit. Rationale for the changes should be provided.


Guidelines:


1. How would you address the desired obsolescence-based or capability enhancement-based avionics suite upgrade? Each capability summary should include at a minimum: Description of the Contractor's approach, assets, skills, experience, financial stability, qualifications, rights to appropriate technical data (to include solutions for any data rights issues), and identification of the Contractor's requisite knowledge and experience with performing these tasks with this aircraft.


2. What equipment do you recommend to replace the existing equipment suite? Be specific as possible: include recommended equipment, manufacturer, and part number.


3. Please provide your best rough order of magnitude (ROM) cost estimate and overall time line projection for completing the overall project. The estimate should include one ship set of end item equipment; the non-recurring engineering; fabrication and installation costs for one aircraft; and flight-testing and airworthiness certification costs.


4. For each piece of equipment, what is the rationale for your selection of replacement equipment? Include in your explanation such aspects as obsolescence, sustainability and capability improvements.


5. Explain your approach to integrating the chosen components into the aircraft operational flight program (OFP), specifically addressing your ability to modify the existing software or, alternately, identify your approach to replacing the OFP. The Contractor's approach should include your plans for obtaining an airworthiness certification. The Contractor should identify changes to the Mission Computer and Flight Management Systems (FMS) hardware and software that is associated with the cockpit suite.


6. For known obsolescence issues, explain the approach you would use to resolve the issue (i.e., select new equipment, identify a Form, Fit, Function, Interface (FFFI) or next generation replacement, execute a life time buy, etc.). For sustainability purposes, factor in, to the maximum extent possible, a remaining 20+-year life with these aircraft after the modification is incorporated.


7. What is your approach to addressing proprietary data issues (available via purchase/license or unavailable)?



8. Identify the Test and Evaluation (T&E) requirements for your approach addressing where you intend to perform all lab, ground, and flight test events. If possible identify the magnitude of the needed flight test program by defining the number of flights and time required to conduct these events



9. Address your Airworthiness Certification approach, describing how you intend to provide flight certification for the aircraft. Where possible, address those components in attachment 1 that will be certified by a civilian or military airworthiness authority and identify the airworthiness authority intended to be used for the overall project (i.e. NAVAIR, FAA, etc.). If the contractor's proposal requires an upgrade to the OFP software, mission computer or flight management system, please identify the approach to be taken for recertifying the aircraft. Identify the time needed to perform these events and, if possible, an estimate for the number of flights.


NAVAIR representatives may or may not choose to contact or meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.


Questions regarding this announcement shall be submitted in writing by e-mail to the Point of Contact, Charles.gill1@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by e-mail ONLY; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 7 MARCH 2019 will be answered.


This request for information is also being posted under N68335-19-R-0171B under PSC 1510 and NAICS 336411.


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide a cockpit upgrade solution for the C-27J aircraft. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items 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.


Charlie Gill , Contract Specialist , Email charles.gill1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP