Inactive
Notice ID:N0001921R0045
This notice is a DRAFT Request for Proposal (RFP) for the procurement and upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoida...
This notice is a DRAFT Request for Proposal (RFP) for the procurement and upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoidance System (Auto-GCAS) capable software. This Draft RFP is being issued to engage industry and request feedback in order to better inform acquisition decisions. Interested vendors shall submit questions and feedback requesting clarification of solicitation requirements by submitting through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. All requests shall be submitted on the Request for Clarifications (RFC) Template included with the Draft RFP package. Vendors are advised they must have an active Proposal Manager role in PIEE and are to submit questions via the offer interface. Instructions for obtaining access have been included with the draft RFP package. It is required that all questions be received within 10 calendar days of the date this solicitation is issued. All questions and answers will be posted to the Solicitation Module at https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0001921R0045. The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure, upgrade of the F/A-18C/D Flight Control Computer (FCC) Operational Flight Program (OFP) with Automatic Ground Collision Avoidance System (Auto-GCAS) capable software. The F/A-18C/D air vehicle is controlled by a quad-redundant digital fly-by-wire flight control system (FCS) that converts pilot and air vehicle inputs to flight control actuator commands. The FCS consists of the surface actuators, air data sensors, pilot controls and displays, and the quad-channel Flight Control Electronic Set (FCES) subsystem. The FCS provides overall control of the F/A-18C/D air vehicle and implements the allocated control laws, redundancy management, autopilot, input/output processing, system monitors, and built-in-test (BIT) required by the F/A-18C/D air vehicle. The FCC OFP Computer Software Configuration Item (CSCI) is safety/flight critical and performs the data processing functions for the FCES subsystem within the FCS. This CSCI manages redundant flight control sensor inputs, merges, filters, and scales the selected inputs to generate actuator command signals, and organizes the outputs to the servo actuators to fulfill the F/A-18C/D FCES control mode requirements. The FCC processor is the MCP-701E running a CSCI in Assembly language source code. The current FCC OFP CSCI version 91*006, is commonly referred to as v10.7.The AGCAS FCC OFP CSCI update will include the ability to translate the pull vector from the Digital Map Computer (DMC) (via the Mission Computer (MC)) into flight control movements, provide status to the MC, and perform system integrity checks.The FCC will not command throttle for AGCAS recoveries. The USN will be responsible for the FCS system level design and performance to meet AGCAS capability requirements. The USN will be responsible for laboratory integration and flight testing the updated FCC OFP to demonstrate that it meets AGCAS capability requirement. All software associated with the F/A-18C/D FCS is unclassified. No classified processing or security issues will be associated with any software item included in this effort.This acquisition will be a full and open competition. This acquisition will be a stand-alone firm fixed price contract. Continue to monitor this website for updated information as it becomes available. lease note that all prospective contractors must be registered in the Central Contractors Registration (CCR) database https://www.bpn.gov/ccr/ in order to participate in this procurement. Information on registration and annual confirmation requirements for CCR may be obtained by accessing the CCR website at https://www.bpn.gov/ccr/.Interested sources are advised that the employees of commercial firms under contract to the Government may serve as technical reviewers of information provided in response to this Draft Solicitation. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of these organizations. All employees of these organizations that will have access to response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data.Beyond the above commercial firms, the Government will not release any data received in response to this solicitation, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0001921R0045' to obtain more details.*