Search Contract Opportunities

PMA 251 Advanced Arresting Gear (AAG) Software Stability Sources Sought & Industry Day October 25, 2022   4

Type: Sources Sought • ID: N00019-24-RFPREQ-TPM251-0014

Description

Posted: Nov. 22, 2022, 4:12 p.m. EST

INTRODUCTION:

The Naval Air Systems Command (NAVAIR) and PMA-251 Aircraft Launch and Recovery Equipment (ALRE) Program Office, Patuxent River, MD are seeking to determine the availability and technical capability of all business (including, but not limited to the following subsets: HUBZone; Certified 8(a); Service-Disabled Veteran Owned Small Businesses, Woman-Owned Small Businesses; academic institutions) to provide the required products and services identified below.

This Sources Sought is for the design, development, test & evaluation, integration and testing and validation of software upgrades and enhancements of the US Navy Advanced Arresting Gear (AAG) software, resulting in a delivery of software upgrade for the FORD Class of Carriers. This effort is specifically addressing enhancements in HealthMAP, Supervisory Control Server (SCS), Workstations, and, associated network improvements. NAVAIR PMA-251 plans to issue a contract upward of $20M for:

  1. Evaluation of existing software deficiencies, and development and delivery of recommended software architecture
  2. Recommendation of Requirements Definition, Design, Development, Test & Evaluation

CONTRACT BACKGROUND:

AAG Software was developed by General Atomics Corporation, San Diego, CA.

AAG SOFTWARE DESCRIPTION:

The following document briefly describes each of the Advanced Arresting Gear (AAG) Computer Software Configuration Items (CSCI) and their associated base operating system(s) and coding language(s).

Arresting Engine Controller (AEC)

The AEC Software issues commands the inverters to control the Electric Motor (EM) based on the desired and measured angular speed during and arrestment and retract. The AEC uses aircraft specific settings and gains from the Aircraft Settings File (ASF) and real-time data from the encoders to regulate motor torque and control the arrestment. The AEC Software also controls the associated Brake Servo Controller, Water Twister Controllers, and Retractable Sheave Controllers. The AEC Software also provides an operator interface that can be used for back-up Arresting Gear Operator Control Station (AGOCS) and Retractable Operator Control Station (ROCS) Panel control. The AEC utilizes the LynxOS Real-Time Operating System (RTOS), with source code written in C.

Brake Servo Controller (BSC)

The Brake Servo Controller Software controls the mechanical brakes by commanding the hydraulic brake servo valves to regulate brake pressure. Brake pressure is dynamically controlled during arrestment, as necessary, to maintain aircraft runout. The BSC utilizes aircraft specific settings and gains from the AEC and real-time data from sensors to regulate braking forces throughout an arrestment. The BSC can also perform all AEC functionality and act as a backup for the AEC. Additionally, in the event of the EM or the Water Twister failure, the BSC uses the brake system to safely control an arrestment. The BSC utilizes the LynxOS RTOS, with source code written in C.

Hydraulic Control Unit Interface Box (HCUIB)

The HCUIB Software resides on the Servo Controller Board (SCB) located within the HCUIB. This software receives brake commands from the BSC and controls the hydraulic functions of the brake system to achieve required brake hydraulic fluid flow configuration. In addition, this software receives feedback from brake sensors which is forwarded to the BSC. The HCUIB utilizes a custom embedded platform, with source code written in C.

Health Monitoring and Prognostics (HMAP, HM)

The HM Software is a monitoring system to indicate system availability to the AAG operators. It determines if the system is healthy for an arrestment or if the operator needs to take corrective action prior to an arrestment. It collects, displays, records, and analyzes sensor data to provide health monitoring of the system and generates operator alerts to abnormal conditions. The HM Software also acts as a pass-through command manager for the operator to send system commands to the Supervisory Control Server (SCS). System initialization, diagnostics, and operating parameters are displayed to the operator, and system health is reported to the SCS for determination of AAG Ready status. The HM Database Software provides a repository for HM sensor data, performance logging, and maintenance tracking. HM utilizes the Red Hat operating system, with source code written in C, C++, MySQL, and Gensym G2.

Data Interface Unit (DIU)

The DIUs are responsible for acquiring all sensor data that is not acquired directly at another system. The DIUs also preprocess all collected data and sends that preprocessed data over the network to the HMAP. The Thermal Management DIUs interface with the 440V Motor Operated Valves (MOV) to provide the HMAP Operator with the ability to remotely open or close these valves. The DIUs utilize the VX Works OS with source code written in LabVIEW on National Instruments cRIO (Compact Reconfigurable Input Output) hardware.

Power Conditioning Subsystem (PCS)

The PCS stores, supplies, conditions, and controls the power as required for the operation of the arresting system EM. The PCS consists of Energy Storage Capacitor Banks (ESCBs), Energy Dumps (EDs), and Inverters, all of which are connected by the DC Bus. The ESCBs store and supply energy to the High Voltage DC Bus. The EDs regulate the DC Bus voltage by dissipating excess energy produced during an arrestment, and fully discharging the bus when requested. The Inverter converts and adjusts the power flow to and from the DC Bus as required by the EM to perform arrestments, retracts, and tensioning. The PCS controller software utilizes a range of embedded technologies, including multiple microcontrollers, Complex Programmable Logic Devices (CPLDs), Field Programmable Gate Arrays (FPGAs), and custom Printed Circuit Boards (PCBs), with source code written in C, C++, and VHDL.

Supervisory Control Server (SCS)

The SCS Software provides the system-level control of the Arresting Gear System through communications between the Workstations (WKS), HMAP, Dynamic Control Subsystem (DCS), and PCS. The SCS Software manages the Arresting Gear Mode of Operation, the Operator WKS displays, and the current Arresting Gear aircraft setting. The SCS functions as the centralized communications hub for the Arresting Gear LAN and handles all message traffic between the Arresting Gear and external ship systems: Aviation Data Management and Control System (ADMACS) and Landing Area Status Signal System (LASSS). SCS interfaces with ADMACS to obtain Crosscheck, Wind data and target wire indicator. SCS interfaces with LASSS to provide the AAG Ready signal and receive the clear/foul deck signal to be displayed on all WKS. SCS utilizes the Red Hat operating system with source code written primarily in C++.

Operator Workstations (WKS)

There are three types of operator WKS: Arresting Gear Operator Control Station (AGOCS), Air Boss Display (ABD) and Arresting Gear Officer (AGO) display. All operator WKS display arresting gear operational information and status. The ABD also provides target wire and wind information for the Air Boss. The AGOCS provides wire hit count status and allows for the operator to enter incoming aircraft and other system configuration settings. WKS utilizes the Red Hat operating system with source code primarily written in C++.

Water Twister Controller (WTC)

The WTC controls the motion of Water Twister Blanking Plate (WTBP) Servo Motor which controls the position of the WTBP. The WTC receives commands from the AEC to position the WTBP based on the selected aircraft. There are two WTCs per wire that provide independent control of the port and starboard WTBs. The WTC utilizes Parker Hannefin controller hardware, programmed with the C3 Servo Manager software.

Retractable Sheave Controller (RSC)

The RSC Software controls the motion of the retractable deck sheaves and provides the interface between the AEC Software and the relay terminal box assembly of the Deck Sheave Retraction Mechanism. The RSC receives commands from the AEC to position the retractable sheaves prior to an arrestment. The RSC utilizes Opto 22 controller hardware, programmed with the Opto 22 PAC Control software.

4-Wire Simulator (4WS)

The 4WS combines several simulators to provide all the network traffic and status data that would be seen on a system with up to a full four wires. It is used for test sites that only have one wire of real equipment, as well as lab setups that do not have any real equipment. The 4WS will simulate any number of DIUs, PCS Cabinets, and DCS cabinets up to the amount that would be present on a four-wire system. It can also simulate the Simple Network Management Protocol Simple Network Management Protocol (SNMP) data received from shipboard network switches and UPSs, as well as simulate ADMACS, the Pickle Switch, and the 440V MOVs. These simulators include the ability to simulate arrestments on simulated wires. The 4WS utilizes both the Windows and Red Hat operating systems with source code written in C, C++, and LabVIEW.

REQUIRED CAPABILITIES:

The effort will examine the current software structure, previously developed by NAVAIR with General Atomics and recommend and implement changes addressing:

  1. Safety Critical Software Issues. The contractor shall determine how to best reduce or mitigate issues identified in Attachment (2) IRT and SSRA. The contractor shall assess the current state of the AAG software and create improve testability, software structure maintainability while adhering to all system safety requirements IAW MIL STD 882.
  2. Software Programming. The contractor shall be proficient with software development of large, complex systems with numerous interfaces. The contractor shall be sufficiently knowledgeable in C, C++, RedHat OS, MySQL, and LabView and to make recommendations of programming languages in each application.
  3. Software Management. The contractor shall be proficient with software configuration management, lifecycle management, and code analysis and testing IAW IEEE STD 12207.
  4. Cybersecurity. The contractor shall be knowledgeable of DOD cybersecurity compliance, specifically SECNAV 5239.2M.
  5. Networking. The contractor shall be sufficiently capable to analyze network performance and make recommendations that support network robustness.

TEST AND INTEGRATION FACILITIES

The US Navy, NAWCAD Lakehurst currently has a functional software integration and test lab in Lakehurst, New Jersey. Prospective candidates shall be prepared to deliver their products for integration level testing to NAWCAD Lakehurst and assist US Navy civilian personnel in performing testing. The contractor shall be capable of applying for and receiving DoD base access.

INDUSTRY DAY

PMA-251 plans to host an industry day at the AAG Software Lab and test sites located at Joint Base Maguire-Dix-Lakehurst, Lakehurst, New Jersey tentatively scheduled for October 25, 2022. All personnel attending will either need a DOD CAC or will need to submit a visit request at a minimum 5 days prior to the event. A flyer is attached for further details.

SPECIAL REQUIREMENTS

All interested firms shall have current certificates under International Organization for Standardization (ISO) 9000.

DELIVERABLES

Interested parties are requested to submit a response to NAVAIR contracts (AIR 2.2.2.2), to include a capabilities statement and experience package of no more than 10 pages in length, single spaced, 12-point font minimum, in the order under Required Capabilities illustrating the interested party's capabilities to fulfill the efforts under this Sources Sought. Responses must be received no later than 5pm Eastern Time on 02 December 2022. Responses and/or requests for additional information shall be made to Mr. Michael Lang at michael.j.lang92.civ@us.navy.mil or Ms. Michele Estep at 301-757-7105 or Michele.j.estep.civ@us.navy.mil.

The responses, must also address the following information at a minimum:

  1. Prior and current corporate experience performing efforts of similar size, scope and complexity.
    1. Contract number
    2. Organization supported indication as to whether the respondent was acting as the prime or sub-contractor
    3. Contract value
    4. Point of contact for the US Government, phone number and e-mail
    5. Brief description of how prior or current contract(s) relates to REQUIRED CAPABILITIES 1-5
  2. Company profile to include:
    1. Number of employees,
    2. Number of employees with software certificates,
    3. Annual revenue history, office(s) location(s),
    4. DUNS number
  3. If the respondent is claiming a small business an explanation as to how your organization will perform a minimum of 50% of the effort needs to be described.
  4. Identification of any Government Furnished Property (GFP) required to perform this task

DISCLAIMER

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This source sought is for information and planning purposes only and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists currently. Issuance of this notice does not constitute any obligation on the part of the US Government to procure these items or to issue a solicitation. In addition, the U S Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for the US Government only. This Sources Sought is the initiation of market research under Part 10 of the FAR and is not a Request for Proposal (RFP). However, information from vendor responses may be used in formulating requirements for a RFP.

Please use the registration link provided:

https://einvitations.afit.edu/inv/anim.cfm?i=697128&k=04684508795Fhttps://einvitations.afit.edu/inv/anim.cfm?i=697128&k=04684508795F

See Attachments 1 - 7

Attachment 1: Industry Day Flyer

Attachment 2: IRT and SSRA

Attachment 3: Lakehurst EAL Form

Attachment 4: Base Map Large

Attachment 5: Questions and Answers (Blank Form)

Attachment 6: Vendor Questions (Blank Form)

Attachment 7: Question and Answer Sessions

Attachment 8: Vendors Potentially Interested in Partnering 11.22.22

Posted: Nov. 10, 2022, 1:29 p.m. EST
Posted: Nov. 7, 2022, 4:30 p.m. EST
Posted: Nov. 4, 2022, 9:52 a.m. EDT
Posted: Oct. 19, 2022, 3:14 p.m. EDT
Posted: Oct. 17, 2022, 12:35 p.m. EDT
Posted: Oct. 5, 2022, 12:24 p.m. EDT

Overview

Response Deadline
Dec. 2, 2022, 5:00 p.m. EST (original: Nov. 25, 2022, 5:00 p.m. EST) Past Due
Posted
Oct. 5, 2022, 12:24 p.m. EDT (updated: Nov. 22, 2022, 4:12 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Multiple Types Common
Odds of Award
51%
On 10/5/22 Naval Air Systems Command issued Sources Sought N00019-24-RFPREQ-TPM251-0014 for PMA 251 Advanced Arresting Gear (AAG) Software Stability Sources Sought & Industry Day October 25, 2022 due 12/2/22. The opportunity was issued full & open with NAICS 541511 and PSC DA01.
Primary Contact
Name
Mr. Michael Lang   Profile
Phone
None

Secondary Contact

Name
Michele J. Estep   Profile
Phone
(301) 757-7105

Documents

Posted documents for Sources Sought N00019-24-RFPREQ-TPM251-0014

Opportunity Lifecycle

Procurement notices related to Sources Sought N00019-24-RFPREQ-TPM251-0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-24-RFPREQ-TPM251-0014

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-24-RFPREQ-TPM251-0014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Dec. 17, 2022
Last Updated By
michele.estep@navy.mil
Archive Date
Dec. 18, 2022