Inactive
Notice ID:N00019-6514-HDVR-Integration
This announcement constitutes a Request for Information (RFI) to identify potential sources for procurement of Non-Recurring Engineering (NRE) to address integration of the High Speed Video Network (H...
This announcement constitutes a Request for Information (RFI) to identify potential sources for procurement of Non-Recurring Engineering (NRE) to address integration of the High Speed Video Network (HSVN) Digital Video Recorder (HDVR) as a retrofit replacement for the Upgraded Solid State Recorder (USSR) and Solid State Recorder (SSR). The HDVR will provide cockpit and mission video recording commonality for Blocks I, II and III F/A-18E/F and EA-18G aircraft, and will use a Linux operating system with a customized kernel maintained by the Original Equipment Manufacturer (OEM) to mitigate future obsolescence. Therefore, all potential vendors must obtain the technical data from the (OEM), and must meet prequalification requirements in order to be eligible for award. The HDVR OEM is Physical Optics Corporation, located in Torrance, CA, acting as a supplier to The Boeing Company, the Prime contractor performing NRE services integrating the HDVR into production Block III F/A-18 aircraft. Firms that can provide for the USN's requirement for F/A-18E/F and EA-18G aircraft integration as described below are encouraged to identify themselves. Vendors interested in responding to the RFI shall provide a one to two page overview statement addressing the following: 1) Brief statement of interest/capabilities; 2) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, pricing, testing documentation, brochures and/or any other documentation that describes the capabilities, interfaces and specifications; 3) Respondents should identify any Government customer who has procured NRE services integrating video recorder solutions into military aircraft and provide customer point of contact, including a telephone number, e-mail address or web site. Responses may be submitted either electronically to the email address provided below or submitted via mail to the address provided below. Responses are requested by 02 January 2019. Earliest possible response is encouraged. Responses will be reviewed and additional information may be requested from individual vendors if desired by the Government. This RFI does not constitute a commitment from the Government to issue a solicitation, make an award or awards, or be responsible for any monies expended by any interested party in support of the effort described above. The Government reserves the right to review and use the data submitted at its own discretion. Upon request, the Government will protect proprietary information from unwanted disclosure. Any such requests shall be submitted with the statement of capabilities. Send to copies of the responses to: Department of the Navy, Naval Air Systems Command (Attn: James Francisco, AIR-2.2.3.2.2), 47123 Buse Road, Unit #IPT, Building 2272, Suite 453, Patuxent River, MD 20670-1547. Email responses to james.t.francisco@navy.mil.