Request for Information (RFI) Mission Planning Aircrew Computer Procurement (Project: Blue Oceans)
ID: RFIBlueOceansType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2318 AFLCMC HBMKHANSCOM AFB, MA, 01731-1609, USA

NAICS

Electronic Computer Manufacturing (334111)
Timeline
  1. 1
    Posted Oct 24, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 3, 2024, 12:00 AM UTC
  3. 3
    Due Nov 12, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the United States Air Force (USAF), is seeking information from qualified vendors for the procurement of Aircrew Computers as part of the Mission Planning Systems (MPS) initiative, known as Project: Blue Oceans. The USAF intends to purchase between 652 and 1,861 rugged, high-performance 2-in-1 detachable tablet computers designed to operate in challenging airborne environments, with strict specifications including no wireless communication capabilities and a mandatory four-year warranty. These devices are critical for mission planners to create flight plans based on various inputs, ensuring operational effectiveness in diverse conditions. Interested vendors should submit their responses, including white papers and technical capabilities, to Kevin Fenton at Kevin.Fenton.1@us.af.mil or Earl Duncan at earl.duncan.2@us.af.mil, adhering to the guidelines outlined in the RFI, with the procurement process expected to evolve following this information-gathering phase.

Point(s) of Contact
Files
Title
Posted
The document outlines the Statement of Work (SOW) for the United States Air Force's Mission Planning Systems (MPS) Program, specifically focusing on the procurement of Aircrew Computer devices for Project: BLUE OCEANS. The USAF seeks high-performance, rugged 2-in-1 detachable tablet devices that meet strict technical specifications and can operate in diverse environments, including austere locations. The SOW details item specifications, including the required components, packaging, labeling, warranty, delivery schedules, and quality assurance processes. Two primary items are specified: an Aircrew Computer (Item A) and a Direct Current to Direct Current Converter (Item B), with various quantities outlined in the table. The document emphasizes adherence to military standards and provides detailed technical requirements, including performance metrics, operational conditions, and component exclusions, ensuring the devices can withstand harsh use cases in the field. The warranty terms and early production conditions are also highlighted, requiring the contractor to replace or repair faulty components. This SOW serves as a framework for the procurement process, ensuring the USAF receives durable, dependable mission planning equipment while maintaining operational integrity.
The United States Air Force (USAF) issued a Request for Information (RFI) for the procurement of Aircrew Computers as part of the Mission Planning Systems (MPS) initiative. This RFI is intended solely for gathering information and not as a formal solicitation for proposals. The USAF plans to purchase between 652 and 1,861 high-performance, detachable tablet computers tailored for various operational environments, including challenging weather conditions. Key requirements include no wireless communication capabilities and the mandatory provision of a four-year warranty. Responses to the RFI should include white papers highlighting technical capabilities and address specific questionnaire items regarding the contractor’s abilities to meet essential requirements. Contractors must adhere to submission guidelines and formats, providing administrative information and feedback essential for the USAF to refine its market research and requirements. The timeline for submission and contact details for inquiries are clearly outlined, with strict instructions on communication methods, reinforcing the structured nature of federal procurement processes. This initiative underscores the commitment of the USAF to modernize mission planning capabilities while ensuring equipment compatibility with existing systems.
Oct 24, 2024, 10:28 PM UTC
The document outlines the Statement of Work (SOW) for the United States Air Force's Mission Planning Systems Program, specifically focusing on the procurement of advanced aircrew computers as part of "Project: BLUE OCEANS." The USAF aims to acquire 2-in-1 detachable tablet devices, alongside necessary peripherals, to support various operational environments. Key specifications highlight the equipment's need for ruggedness, compatibility with military standards, and the capability to function in harsh conditions without built-in wireless connectivity. The SOW details quantities required, with a breakdown of aircrew computers and DC to DC converters, including optional SSD upgrades. Critical sections cover packaging and shipping requirements, warranty provisions, and inspection processes to ensure compliance with military standards. The document emphasizes the importance of timely delivery and quality assurance during the production process, alongside attaching significance to warranty support and potential replacements for defective items. The comprehensive structure of the SOW illustrates the government's meticulous standards for technological procurement, essential for maintaining operational readiness within the Air Force.
Nov 3, 2024, 4:30 PM UTC
The document outlines the requirements for a Request for Proposal (RFP) related to a versatile detachable tablet that functions effectively as both a laptop and a tablet. Key specifications include dimensions, performance standards, rugged design to meet military standards (MIL-STD-810H and MIL-STD-461G), and stringent software compatibility, particularly with Microsoft operating systems. Prohibited features such as built-in wireless connectivity and cameras are emphasized to ensure security. The device must include specific technical details, including solid-state drives, interfaces, and bundled accessories, while conforming to electromagnetic compatibility standards. Additionally, the RFP poses critical questions for potential contractors regarding their ability to meet the stipulated requirements, delivery timelines, and warranty conditions. This document serves the purpose of evaluating vendor capability in supplying a secure and functional computing solution for governmental needs, reflecting the U.S. government's commitment to both performance and security in its acquisitions.
The U.S. Air Force (USAF) is issuing a Request for Information (RFI) for the procurement of Mobile Computers as part of the Mission Planning Systems (MPS) project, dubbed "Blue Oceans." This RFI, aimed solely for informational purposes, requests responses from contractors to assist in the planning and specification process, without constituting a formal procurement commitment. The USAF seeks to acquire between 652 and 1,861 rugged, mobile computing devices that can withstand airborne environmental conditions, prohibiting wireless communications and including a tailored four-year warranty. The RFI outlines the need for compatibility with legacy USAF interfaces, specifically requiring PC Card Type II slots for data transfer. Contractors will need to provide initial models for evaluation, and the government emphasizes that all responses must address administrative details, requested information, and additional input concerning their capabilities to meet the specifications. The deadline for RFI responses is set for November 5, 2024, emphasizing transparent communication and a structured approach to feedback for refining the final requirements. This document supports the USAF's goal of enhancing mission planning functionalities through modern and reliable technology solutions.
Nov 3, 2024, 4:30 PM UTC
The document outlines requirements and clarifications related to a Request for Information (RFI) for an Aircrew Computer system. Key specifications include the need for devices to accommodate specific interfaces, rugged design, electromagnetic compatibility, and warranty provisions. The Government specifies that the video interface must originate from the tablet, and both the tablet and keyboard are required to meet 461G certification standards. The terminology shift from "Certified" to "Designed to Meet" reduces the obligation for vendors to provide test reports. Vendors are tasked with responding based on their interpretation of the Statement of Work (SOW), and specific part numbers are not provided to allow flexibility in solutions. The Government anticipates purchasing SSDs with a capacity of 1TB as the base option and considers a 2TB capacity as an upgrade, although final decisions will be made during solicitation. The document also addresses ISTA certification requirements, indicating that all packaged items over two pounds will need this certification to ensure reliability during shipping. Additionally, warranty processes require returning items for repair as directed. The Government uses various computer brands, including GETAC and Dell. Overall, the document serves to clarify technical specifications and procurement expectations for potential vendors in response to the RFI.
Lifecycle
Title
Type
Similar Opportunities
IT Hardware Solution
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a market survey to identify industry interest and capability for an IT hardware solution as outlined in the attached Statement of Work. The procurement aims to support Naval Mission Planning Systems (NavMPS) with stringent requirements for hardware specifications, including a minimum of 16 CPU cores, 128 GB of ECC memory, and compliance with military standards for durability and performance. This initiative is critical for ensuring reliable and secure hardware in military applications, with a focus on new components sourced from certified manufacturers and integration conducted solely in the United States. Interested firms must respond to Andrea Farrell via email by 2 PM PST on April 10, 2025, providing detailed product descriptions, company information, and compliance documentation, as no reimbursement for response costs will be provided.
Etools Apple iPads
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of 100 10th Generation Apple iPads to be delivered to Eielson Air Force Base in Alaska. The iPads are required to meet specific salient characteristics, including a 10.9-inch Liquid Retina display, Apple A14 Bionic Chip, and a storage capacity of 256GB SSD, to support maintenance personnel on the flight line with preloaded technical orders. This procurement is part of a federal initiative aimed at enhancing operational efficiency and accuracy for maintenance tasks. Interested vendors should contact Gerrit Tamminga at gerrit.tamminga.1@us.af.mil or Ryan Baudouin at ryan.baudouin@us.af.mil for further details, and must comply with federal acquisition regulations as outlined in the solicitation documents.
181st IW - MaxVision MiniPac Workstations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of eight MaxVision MiniPac workstations, configured to meet specific technical requirements. These workstations must include a 16 Core Intel Xeon processor, 64 GB RAM, a triple 18.5 display setup, NVIDIA RTX A4000 graphics, a 1 TB SSD for the operating system, and a 6TB SSD storage array, all configured to the latest DoD/AF Secure Host Baseline for Windows 11. This procurement is critical for enhancing operational capabilities, and interested vendors are encouraged to submit their specifications, including a full spec sheet for any comparable products, along with their Unique Entity Identifier (UEI) and socioeconomic status. For further inquiries, vendors can contact Levi Schutter at levi.schutter@us.af.mil or Jacob Johnson at jacob.johnson.46@us.af.mil.
22 AS - iPad Tech Refresh and Accessories - Travis AFB
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure Apple iPads and accessories for the 22nd Airlift Squadron. The procurement includes 120 Apple iPad mini (7th generation) and 85 Apple 11-inch iPad Air (M2) units, along with protective cases, as part of a tech refresh initiative aimed at maintaining compliance with security standards and operational effectiveness. This opportunity is set aside for small businesses, specifically requiring that all offerors be authorized Apple resellers, with a response deadline of April 7, 2025. Interested parties should contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Ms. Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil for further details.
V-22 Mission Processor
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources for the V-22 Mission Processor, specifically targeting existing avionics mission computers that can fulfill additional mission processing requirements for the V-22 Joint Program Office. The procurement aims to identify systems that can interface over Ethernet with current mission and display computers, supporting capabilities such as navigation and digital mapping, while adhering to military standards for environmental and power requirements. Interested parties must submit a Letter of Intent by April 9, 2025, and provide a full response by April 30, 2025, with all submissions directed to Erin M. Walker at erin.m.walker12.civ@us.navy.mil and Jeffrey Norris at jeffrey.a.norris.civ@us.navy.mil. This opportunity is part of market research to determine potential Small Business set-aside opportunities and does not constitute a formal request for proposals.
70--COMPUTER,DIGITAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of five units of a flight-critical digital computer component, identified by NSN 7R-7021-016997062-CB and reference number 326A601-200. This procurement requires engineering source approval from the design control activity to ensure the quality and reliability of the part, as only previously approved sources will be considered for the contract. The selected supplier must demonstrate unique design capabilities and provide necessary technical data, with a focus on maintaining the integrity of the part's manufacturing and repair processes. Interested parties must contact Michael W. Bauder at (215) 737-5103 or via email at MICHAEL.BAUDER@DLA.MIL for further details, and proposals must be submitted within 45 days of this presolicitation notice.
66--COMPUTER,AIR DATA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of four units of a specialized air data computer, identified by NSN 7RH 6605 016885068 and part number HG2055BC32. This procurement is critical for navigational instrumentation, which plays a vital role in ensuring the accuracy and reliability of aeronautical systems. Interested vendors must submit their proposals via email to Joshua Seltzer by the specified due date, and it is important to note that government source approval is required prior to award; proposals lacking the necessary documentation will not be considered. For further inquiries, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
Digital Computer System
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of eight Digital Computer Systems, specifically from approved manufacturers, including GETAC, Inc. This firm-fixed-price contract requires compliance with stringent federal procurement regulations, including military packaging and inspection at the origin. The systems are critical for defense operations, emphasizing the need for quality assurance and product traceability as outlined in the Technical Data Package (TDP). Interested vendors must submit their quotations electronically to the Contract Specialist, Lindsey Rossi, at lindsey.rossi@dla.mil, by the specified deadlines, with a total set-aside for small businesses, including subsets for Women-Owned and Service-Disabled Veteran-Owned Small Businesses.
Sources Sought – PROCUREMENT
Buyer not available
The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking sources for the procurement of ruggedized laptops and associated equipment to support the Electronic Maintenance Support System (EMSS) for the Marine Corps. The requirement includes the acquisition of ruggedized laptops, accessories, and a backpack for storage, all compliant with TAA standards, to meet the operational needs of various Military Occupational Specialties (MOS) within the Marine Corps. This procurement is critical for ensuring reliable electronic maintenance capabilities in challenging environments, with an anticipated ordering period of three years for up to 3,000 devices annually. Interested parties must submit their responses by April 2, 2025, at 3:00 PM ET, and can direct inquiries to Ms. Angie Cooperider at angela.w.cooperider.civ@us.navy.mil or by phone at 812-381-7267.
Laminar Flow Computer Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of Laminar Flow Computers and Cases through a combined synopsis/solicitation process. This procurement aims to replace existing flow computer models with new units that meet stringent operational and performance requirements, ensuring high accuracy and reliability for military applications. The selected contractor will be awarded a firm fixed-price contract under Simplified Acquisition Procedures, with a total estimated quantity of up to 75 units over a five-year period, emphasizing the importance of compliance with federal regulations and standards. Interested parties must submit their proposals electronically by April 14, 2025, and can contact Frank Capuano at frank.capuano@us.af.mil or Thomas Carson at thomas.carson.2@us.af.mil for further information.