REQUEST FOR INFORMATION - SOURCES SOUGHT
NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ
MORIAH WIND SYSTEMs (MWS)
THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is issued pursuant to FAR 15.201(e). This RFI is for information and planning purposes only and does not constitute a solicitation or promise to issue a solicitation in the future. It is a Market Research tool being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst is seeking to continue the production of the U.S. Fleet wind systems for program management, production, systems engineering, logistics support and acceptance for the Moriah Wind System (MWS). The MWS program produces multiple configurations and variants of the MWS and associated components.
A description of the Moriah system follows:
MWS provides digital wind speed and direction information, including crosswind and headwind, that supports decision making for air operations, combat, navigation, tactical planning and firefighting. The MWS replaces legacy Type F Wind Measuring and Indicating System, providing a single wind measuring system, consistent across all ship classes and shore stations. MWS consists of the following main parts:
- Wind sensor with non-moving parts
- Dual redundant processor capable of interfacing with legacy wind and ship systems and Local Area Networks (LANs)
- High-End Display (HED) with full range of available wind information and ship speed/ course data, including Aircraft Recovery Bulletins (ARBs), Launch and Recovery Envelopes (LREs) and Final Course data. HED is hardwired to a sensor in a safety critical configuration. HED fits inside an envelope no larger than11.50” high by 18.00” wide by 9.53” deep. This does not include maintenance access, connector access or environmental excursions.
- Low-End Display (LED) with basic wind information and ship speed/course data. LED fits inside an envelope no larger than 7.36” high by 11.10” wide by 6.06” deep. This does not include maintenance access, connector access or environmental excursions.
- The sensors, HEDs and LEDs are uniform across ship classes and shore stations, with the quantity of each item dependent upon ship class/shore location. Every MWS has one dual-redundant processor, which will differ depending upon ship class and shore station either of which can individually perform all the functions necessary to keep MWS running. The sub-processors communicate with each other directly and periodically to determine functional status and to allow changes in control when a failure is detected. MWS accesses unclassified data only.
- There is a degree of system-to-system information exchange in MWS. Neither MWS nor its components are connected to the Global Information Grid (GIG). MWS data is output from its processor in several ways: 1) synchro interfaces to provide wind information to legacy systems (SLQ-32, SPN-46, Integrated Launch and Recovery Television System, and Arresting Gear Crosscheck System); 2) serial and network interfaces for output of wind, navigational and system information to displays; and 3) network interfaces to communicate wind information to other ship and shore station displays. Currently, MWS will communicate over Aviation Data Management and Control System (ADMACS) on CVNs, through Digital Multiplex System (DMS) on DDGs and on a Moriah controlled network on all other ship classes.
- Wind data is transmitted in the OD19 data format and the National Marine Electronics Association (NMEA) data format.
- MWS receives the ARBs it displays through ADMACS via Network File System (NFS).
- In order to display ship’s speed and direction, as well as pitch and roll, MWS receives a data packet from Navigation Sensor System Interface (NAVSSI), which contains a host of navigational data, including ship’s positional information. MWS is not using any of this other information, although it must read the entire NAVSSI data packet prior to extracting the data required. The information in this packet is not sensitive unless the information is to be transmitted off the ship. However, MWS has no mechanism for transmitting data off the ship, nor any requirement to do so.
MWS uses strictly defined data types for transmission into and out of the system. This information is limited to either NMEA ASCII strings using checksums to determine data integrity, structured binary data format using checksums to determine data integrity, proprietary DMS Light Internet Protocol (DLIP), and analog synchro resolver output to legacy systems. The data items themselves are confined to information from known systems (as defined in the Interface Requirements Specifications) or is confined to IP addresses and ports specified in the Interface Design Documents and the network architecture (ADMACS or DMS). The components contain no TELNET or File Transfer Protocol (FTP) capability. Configuration is done via a manual procedure where a laptop is attached to the system components using a serial cable (RS-422) and programming is done via vendor supplied software applications. Since only a standard laptop computer is needed for this, it is not included as part of MWS.
The processor software was written to run under a tailored Linux Operating System with minimal functionality on an Intel platform. This operating system consists of a Linux kernel that has been built specifically for use in this environment that will aid security. It contains only those device drivers and services that are relevant to this embedded environment. Software design protects system integrity by the fact that unauthorized personnel do not have the ability to modify the software configuration, data or application.
MWS is not designed for use or visibility on the internet and there is no access to the internet. MWS uses UDP/IP & TCP/IP for unicast and multicast communication protocols.
NAWC-AD Lakehurst is requesting information from industry for the purpose of identifying qualified contractors interested in producing the MWS. The objective of this is to continue production of the following MWS parts, which establish the current MWS configuration baseline:
The MWS configuration baseline has been qualified to the Moriah Wind System Performance Specification, NAWCADLKE-BL13500-MISC-0065 REV A. This effort will also provide for the insertion of technology refreshed components to address obsolescence issues, and to provide backfit kits to apply the same technology refreshed components to deployed systems. Technologically refreshed components must continue to meet the requirements of NAWCADLKE-BL13500-MISC-0065 REV A.
The aforementioned NAVAIR Specifications contain technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS. Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the Specifications. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to Joshua Panecki, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.
In addition to production, this effort will require the successful offerors to provide warranty service, repair service and shipboard technical support as required.
No significant new capabilities are expected to be developed for the MWS. It is expected that production will vary from 5 to 15 systems per year, for five years. However the contractor will be required to show the capability to produce up to 36 systems in any twelve month period.
Companies interested in participating in the MWS program are asked to respond to this RFI with a brief summary of their knowledge, capabilities and experience in the areas of: (1) ship wind systems design, development, and testing; (2) DoD systems engineering and technical review process; (3) display systems and network technology; (4) modeling and simulation in development and testing; (5) embedded sensors and instrumentation in harsh environments; (6) experience with software development and software maintenance; (7) company CMMI certification; (8) system integration with ship information systems; (9) technology upgrades, component refresh and obsolescence integration; (10) system supportability and logistical support; 11) Operations Security, Networks Security and Information Assurance measures implemented for DoD business. Respondents to this RFI should provide programmatic, technical, supportability and experience information on their ability to potentially design, develop, integrate, test, install and support a wind system for US Navy surface ships.
The wind system offered by respondents can either be a system currently available as a military, commercial or non-developmental item, or a system and/or products in development. In any case the wind system must meet the requirements of the Moriah specification or made to do so at the respondent’s expense.
NAWC-AD would also like to gain insight from industry (primes and vendors) on several key areas to assist in MWS planning. Companies interested in providing all or part of the system components are encouraged to:
- Provide a notional architecture, estimated Source Lines of Code (including new, reused, and modified) of software based on similar efforts.
- Provide feedback on interoperability challenges, including but not limited to: ship system integration.
- Provide the plan for dealing with technical and component obsolescence. The plan should address determination of the obsolescence early enough to provide time to identify and design a solution. It is expected that the contractor will prove the solution will meet or exceed requirements through either analysis or qualification tests.
- Provide development and production rough order of magnitude cost estimates with supporting ground rules and assumptions. Alternatively, for the technical/architecture solution you used to generate your response to this RFI, provide sufficient detail to support development of a notional cost assessment.
HOW TO RESPOND
Interested companies should respond to this RFI by 4:00 PM on July 31, 2025. Responses should cite RFI number N68335-25-R-0496 and be addressed to the attention of Mr. Joshua Panecki at joshua.l.panecki.civ@us.navy.mil.
The Government does not intend to award a contract based on this request or otherwise pay for the information solicited. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. No classified information shall be submitted. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Any information or materials provided in response to this RFI will not be returned. No basis for claims against the Government shall arise because of a response to this RFI.
Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.