The RFP Database
New business relationships start here

Intercommunications System (ICS Systems)


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

 

REQUEST FOR INFORMATION (RFI)

Intercommunications System

Naval Air System Command

Naval Air Warfare Center Aircraft Division

______________________________________________________________________________

REQUEST FOR INFORMATION

PURSUANT TO FAR 15.201(e) - 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 government 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.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.


BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

Naval Air Systems Command (NAVAIR), Naval Air Warfare Center, Aircraft Division (NAWCAD) (AD-5.0X) AIRWorks is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) avionics Intercommunications System (ICS) to be installed on a CMV-22B aircraft.  The Intercommunications System will need to be designed to operate on a tilt rotor aircraft, and have the ability to increase operator situational awareness by:

•·         Provide at least eight (8) digital audio channels

•·         Provide distributed processing architecture and increased reliability

•·         Provide an open system architecture to support both MIL-STD 1553 Data Bus and Ethernet capabilities

•·         Provide discrete signal inputs and outputs for the interface and display panels


All equipment should already be certified for airworthiness on military aircraft.



RESPONSES
Requested Information

Section 1 of the response shall provide administrative information, and shall include the following as a minimum:

•·         Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.

•·         Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).


Section 2 of the response shall provide technical information, and shall include the following as a minimum:

•·         Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.  Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.

•·         Respondents are requested to provide Intercommunications System details specifically addressing the operational/technical data and information identified below:

1.      Production Lead Time

2.        List of Certifications and Standards

3.        License and airtime requirements

4.      Reliability Data/Test Results (mean time between failure per component)

5.        Minimum economic order quantity (if applicable)

a.       Total quantity of units sold to date

b.      Date of delivery of the first unit

c.       Date of delivery of most recent unit

6.        Describe warranty options

7.      Describe training/technical materials

8.      Provide a functional block diagram of the product/system, showing all inputs and outputs to external systems and how each major component is mounted

9.      Provide a list of the recommended spare parts for each major component of the product/system

10.  Provide screen shots of the key operational screens for the primary user device, with a brief explanation of each screen

11.  Describe any known obsolescence issues, planned upgrades or additional capabilities

12.  Describe spectrum management plan, to include but not limited to frequency remapping and RF notching

13.  Describe the Operating/Technical characteristics:

a.       Audio level: overall system configuration and audio control design for master volume and individual user volume control

b.      Channel to channel isolation levels per component

c.       Interfaces to external equipment (1553, Ethernet, ARINC, etc.)

d.      Operating systems per component

e.       Output / Input Voltage in Volts Direct Current (VDC)

f.        Current in Amps

g.      Power in Watts

h.      AC/DC power requirements per component (voltage in operation and stand-by mode)

i.        Batteries: types per component and estimated battery life

j.        Isolation levels between all audio channels for each major component of the product/system

k.      Load regulation, line regulation and ripple/noise in Megavolt (mV)

l.        Maximum Current in VAC of Amps

m.    Dimensions (height x width x depth) for each major component

n.      Weight in lbs.

o.      Safety Protections (e.g., overvoltage, overcurrent, etc.)

p.      Environmental protections (Water resistance, electromagnetic interference (EMI) protections, shock/vibration protections, salt/fog, etc.)

q.      Operating and storage temperature limits (Celsius)

r.        Humidity range in Relative Humidity (RH) (operating & non-operating)

s.       Warning types (preprogrammed, configurable)

t.        System test and diagnostic capabilities (user initiated, auto generated)

u.      Redundancy design

v.      Spare parts list

w.    Cyber Testing/Certification Standards

x.      Special Equipment/Built-in-Test data

y.      Airworthiness certifications

z.       Backbone architecture type

•·         If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.  It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.

•·         The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI.  Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.

•·         Respondents should include a list of authorized distributors.


ADDITIONAL INFORMATION
In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.  Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.  The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). 

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.  The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.  Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review. 

The following non-government participants will have access to offerors' responses to RFIs and proposals as well:

•·         CRL Technologies Inc.

•   46591 Expedition Drive, #300

•   Lexington Park, MD 20653

•·         JF Taylor Inc (JFTI)

•   21610 South Essex Drive

•    Lexington Park 20657 

The non-government participants are employees of CRL Technologies, Inc., and JFTI. They are under contract to the Government. They will serve as technical advisors to the Government and will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. All non-governmental personnel have signed certificates of non-disclosure of source selection information and certificates disclosing any potential financial conflicts of interests, or their equivalent documents. Please provide written release to the Government for the disclosure of proprietary information to the non-government participants in the source selection. The written release should include: Name, Title, and Signature of Company Official.

If you are not willing to provide this consent, please provide written notification.

Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.  Information provided in no way binds the government to solicit or award a contract.


HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Erin Hansen at erin.m.hansen1@navy.mil. ; The Contract Specialist, Theresa Temoney, shall also be copied on email submissions at theresa.a.temoney@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. 


All responses under this Sources Sought Notice must be emailed to each point of contact listed with the solicitation number in the subject line.

Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review.  If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: https://www.fbo.gov. ; It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


Theresa A. Temoney, Contract Specialist, Phone 7323232542, Email theresa.a.temoney@navy.mil - Erin M. Hansen, LSI Project Lead, Email erin.m.hansen1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP