New York Bids > Bid Detail

Ethernet Expansion Device (EED) V-22 Osprey

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159010542565969
Posted Date: May 16, 2023
Due Date: May 26, 2023
Solicitation No: N00019223RFPREQAPM2750038
Source: https://sam.gov/opp/199c1d7240...
Follow
Ethernet Expansion Device (EED) V-22 Osprey
Active
Contract Opportunity
Notice ID
N00019223RFPREQAPM2750038
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 16, 2023 03:15 pm EDT
  • Original Response Date: May 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: 1520 - AIRCRAFT, ROTARY WING
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Latham , NY 12110-2137
    USA
Description

1.0 Introduction





The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking sources for procurement of OnTime Networks, LLC Ethernet Expansion Device (EED) (PN: CR-6220F0-AER-SS02CLBN4-20-64-72) on all platforms of the V-22 aircraft.





2.0 Disclaimer





THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. 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 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 NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE 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 FEDERAL BUSINESS OPPORTUNITIES (FBO) 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 aircraft configuration includes the EED component manufactured by OnTime Networks, LLC. For improved affordability, the V-22 Joint Program Office (PMA-275) is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) EED. The Government will consider responses for the purpose of determining whether to conduct a competitive procurement.





The EED shall have the following capabilities:




  • The Ethernet interconnection hardware shall operate on 28 VDC

  • The Ethernet interconnection hardware SHALL have 20 Ethernet ports and 2 Serial ports.

  • The Ethernet interconnection hardware SHALL contain both a Switch and a Router to enable the complex architecture and security of the Federated System network.

  • The Ethernet interconnection hardware shall meet the temperature requirements of procedure I of test methods 501 and 502 of MIL-STD-810H using conditions specified in MIL-E-5400 for Class 1A equipment.

  • The Ethernet interconnection hardware shall be capable of operating satisfactorily in all climates when subjected to an interior ambient atmosphere temperature between -40°C (- 40°F) and +71°C (+160°F). This is the required temperature range for equipment in the cockpit, cabin, and avionics racks.

  • The Ethernet interconnection hardware shall be capable of withstanding thermal shock tests as stated in section 4.2.4.2.3.1 of the SD572: Temp Range -35C - +49C.

  • The Ethernet Network Switch shall withstand the endurance vibration levels specified in the most current Government-approved revision of the V-22 vibration, Zone 2.

  • The Ethernet interconnection hardware shall meet the shock requirements of test method 516, procedure I (functional shock), procedure V (crash hazard shock), and procedure VI (bench handling shock) of MIL-STD-810H. The classical saw tooth shock pulse of 11 ms duration shall be used. For functional shock, the Federated System Equipment shall be operating while 3 shock pulses of 20 g are applied in each axis direction (6 pulses per axis, 18 pulses total). A performance verification test shall be performed after functional shock. For crash hazard shock, the Federated System Equipment shall be unpowered while 2 shock pulses of 40 g are applied in each axis direction (4 pulses per axis, 12 pulses total). The bench shock number of drops shall be 24.

  • The Ethernet interconnection hardware shall be designed such that all coatings and finishes shall withstand the cumulative exposure to salt fog expected over the life of the equipment IAW MIL-STD-810H.

  • The Ethernet interconnection hardware shall be constructed so that dust (or fine sand) shall not be permitted to penetrate into cracks, crevices, bearings and joints to the extent that it interferes with the proper function of the equipment.

  • The Ethernet interconnection hardware shall be designed such that no component or subassembly will cause detonation of an explosive mixture when operated for a sufficient time period to ensure thorough permeation of all accessible regions of the equipment.

  • The Ethernet interconnection hardware shall meet the humidity requirements of test method 507 and Figure 507.5-7 of MIL-STD-810H at a relative humidity of 95 ±4% over ten temperature-humidity cycles.

  • The Ethernet interconnection hardware shall meet the fungus requirements of test method 508 of MIL-STD-810H.

  • The Ethernet interconnection hardware shall meet the rain requirements of procedure III of test method 506 of MIL-STD-810H.

  • The Federated System Equipment, as installed and operating, shall meet Electromagnetic Environmental Effects control performance requirements (E3) of MIL-STD-464C and MIL Handbook 235.

  • The electromagnetic performance of all subsystems listed in RTVM Appendix C, as installed and operating, shall operate together with all aircraft equipment without mutual interference or degradation of performance in accordance with MIL-STD-464C and MIL-STD-461G.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CS101.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CS115.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CE102.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with CURVE #5 LIMITS for Test Method CS114.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with Test Method CS116 NAVY 10 Amp requirement, and at 5.5 & 45 MHz platform RESONANCE frequencies.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with NAVY HELICOPTER LIMITS for Test Method RE102.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with NAVY EXTERNAL LIMITS for Test Method RS103.

  • The Ethernet interconnection hardware SHALL meet MIL-STD-464C Electrical and electronic subsystems Electrostatic Discharge requirements utilizing MIL-STD-461G Test Method CS118.

  • The Ethernet interconnection hardware SHALL meet the Lightning Protection requirements of MIL-STD-464C (Paragraph # 5.5) and MIL-STD-461G Test Method CS117.

  • The Ethernet interconnection hardware shall withstand the following ultimate load factors (g):

    • AxisApplied

    • Separately Applied Simultaneously

    • Longitudinal ±20±20±10±10

    • Vertical + 20 / -10+10 / -5+20 / -10+10 / -5

    • Lateral ±18±10±9±18."









4.0 Eligibility





The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1520. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0).





5.0 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 contractual 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:








  • Respondents should provide a detailed description of the following characteristics of their solution in their submission:




  1. Production lead time for each major component, ensuring items with the longest lead time are identified

  2. Unit Price

  3. List of existing Certifications and Standards

  4. Licenses and air time requirements

  5. Reliability Data/ Test Results (mean time between failure (MTBF) information and mean time between demand (MTBD) per component)

  6. Air Time Services (available providers, units, global coverage areas, describe plans) (if applicable)

  7. Projected end of life (EOL) date

  8. Minimum economic order quantity (if applicable)

    1. Total quantity of units sold to date

    2. Date of delivery of first unit

    3. Date of delivery of most recent unit

    4. Any available discounts



  9. Describe warranty options

  10. Built-In Test and Built-In Test Equipment (BIT/ BITE) (calibration/ measurement/ traceability) (if applicable)

  11. Describe training/ technical materials

  12. Provide a functional block diagram of the product/ system, describing all inputs and outputs of external systems

  13. Describe how each major component is to be mounted

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

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

  16. Describe the Operating/ Technical characteristics for each major component:

    1. Dimensions (height x width x depth)

    2. Weight, in pounds

    3. AC/DC power requirements (voltage/ current while in operation and stand-by modes)

    4. Batteries: types and estimated battery life (if applicable)

    5. Environmental protections/ military standard ratings (water resistance, electromagnetic interference (EMI) certifications, shock/ vibration certifications, overvoltage, overcurrent, airworthiness certifications, etc.)

    6. Operating and storage temperature limits (maximum and minimum) (Celsius)

    7. Humidity range limits, in Relative Humidity (RH) (operating & non-operating)

    8. Frequency Ranges (MHz) and RF output power for each frequency band (if applicable)

    9. Encryption/ decryption capabilities (if applicable)

    10. Identify the operating systems, if any, to include current revision information

    11. System test and diagnostic capabilities

    12. Input and output connector(s) descriptions



  17. OTAR capability

  18. Data at Rest capabilities (capacity, storage method, encryption capabilities, etc.)

  19. Airworthiness data including but not limited to; thermal, structural, electrical loads, vibration, etc.

  20. What category/categories of the ITAR's (Traffic in Arms Regulation) United States Munitions List (USML) and/or the EAR's (Export Administration Regulation) Commercial Control List (CCL) apply to the system/subsystem being purchased?






  • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) 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.





6.0 Responses





Data Markings. 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 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 owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required.





Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) 26 May 2023 to the following address –





Constance Humiston- constance.l.humiston.civ@us.navy.mil



David Smithburger- david.m.smithburger.civ@us.navy.mil



Christy Leach- Christy.l.leach.civ@us.navy.mil





Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible.





It is requested that the response have a page limit of 25 pages, and must be in English. Classified information or material SHALL NOT be submitted.





7.0 Questions





Questions regarding this sources sought can be directed to David Smithburger at david.m.smithburger.civ@us.navy.mil.





8.0 Summary





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 16, 2023 03:15 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >