Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2005 FBO #1237
SOURCES SOUGHT

58 -- ADVANCED TECHNOLOGIES IN U.S. NAVY TERRAIN AWARENESS WARNING SYSTEM

Notice Date
4/14/2005
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-05-R-0061
 
Response Due
6/14/2005
 
Archive Date
6/15/2005
 
Description
The Naval Air Systems Command, Air Combat Electronics Program Office (PMA209), is conducting a market survey seeking other government agencies, industry, academia, nonprofits, and Federal Funded Research and Development Center (FFRDC) partners for information to aid in the planning of future technologies to integrate into the U.S. Navy?s Terrain Awareness Warning Systems (TAWS) (DTED based) for use in rotary wing and tilt rotor aircraft. This is a Request for Information (RFI) only. This is not a Request for Proposal or an indication that the Navy will contract for these supplies/services. The Navy will not pay for information received in response to this RFI. Detailed Description: Specifically, the U.S. Navy seeks to ascertain information relative to current and/or future TAWS enhancing capabilities. TAWS will be used to provide an increased level of protection against Controlled Flight into Terrain (CFIT) for its rotary wing and tilt rotor aircraft during flight over varying terrain and Nap of the Earth (NOE) flight, where terrain along the future flight path of the aircraft is as important as that directly beneath the aircraft. Platforms targeted for this system include the MH-60R/S, H-1, and the tilt rotor V-22. Limitations inherent in the basic Ground Proximity Warning System (GPWS) currently deployed in Navy/Marine Corps rotary wing aircraft result in areas of reduced or no protection against CFITs, particularly against flight into rising terrain. The Navy?s tactical TAWS was developed to provide additional forward-looking predictive capabilities and enhance protection against CFIT provided by the basic GPWS. The Navy?s TAWS is a software solution tailorable to multiple Navy/Marine Corps platforms. The Navy is looking to enhance its existing TAWS (DTED Level 1 based) by including ?look-ahead? capability for ground and/or obstacle detection in low level flight. Due to weight and space limitations on most Navy/Marine Corps rotary wing platforms, a software enhancement to TAWS possibly utilizing existing sensors is preferred, however both software and hardware solutions will be considered. Interested sources should identify challenges relative to their solution and describe how those challenges will be approached. For example, TAWS that utilize Digital Terrain Elevation Data (DTED) Level 1 encounter challenges with data resolution since most helicopters maneuver in distances that are inside the current resolution limits of the digital data. The information submitted on currently available or planned systems must describe what integration is required to implement the system onboard the targeted platforms, and how it would impact the electrical, weight, space, power, environmental conditions, and processing parameters of the platform. Describe in sufficient detail the supportability requirements of the system such as: maintenance concept (including built-in-test (BIT) capabilities), support equipment, supply and computer resources support, and training. Provide demonstrated Mean Time Between Failure (MTBF) figures for existing systems as well as predicted MTBFs for future systems. Provide a notional delivery schedule for systems currently available and/or anticipated time frames for proposed systems. RFI Response Requirement: Based upon the above detailed description and basic requirement, the U.S. Navy requests interested sources to provide responses to the additional specific questions: 1) What type of objects would be detected (size and range)? 2) For detected objects, what is the accuracy (size and range)? 3) Can the system be commanded by TAWS to scan a specific range and bearing? 4) What type of information is provided back to TAWS? 5) What is the Rough Order of Magnitude cost of any existing system and/or planned system that may provide TAWS enhancing capability in low-level flight as outlined above? 6) What is the Technology Readiness Level (TRL) for the proposed idea or technology? The page limitation is requested to only 15 pages in order to effectively review each RFI response. Interested parties should provide responses with product/service specifications no later than 60 days from the date of this notice. All information received in response to this announcement will be kept confidential. Additional information on the TAWS Program is provided at the following web site: http://pma209.navair.navy.mil/teams/navigation/gpws/home.asp This RFI does not guarantee selection for award of any contracts, nor is it to be construed as a commitment by NAVAIR to pay for the information solicited. It is expected that the partner(s) that will be reviewed will provide (at no cost to NAVAIR) conceptual designs, technical data, proposal input, project schedules and cost estimates consistent with the requirements of the RFI. Potential partners must demonstrate the capabilities and experience consistent with the efforts synopsized for the specified NAVAIR proposal. All RFI responses should be sent to: The Naval Air Systems Command, Attn: Paula Jackson, 47123 Buse Road, Unit IPT, Bldg. 2272, Suite 350, Patuxent River, MD 20670-1547. The preferred method of submission is via email to: Paula.Jackson@navy.mil. E-mail your technical questions to Tom Anderson at:Thomas.E.Anderson@navy.mil. The due date for submission is COB 14 JUNE 2005 (60 days from date of notice). Contractual Points of Contact: Randall Johnston, Contract Specialist, Phone (301) 757-5900, Fax (301) 757-5955, Email randall.johnston@navy.mil - Maureen Bernard, Contracting Officer, Phone (301) 757-5899, Fax (301) 757-5955, Email maureen.bernard@navy.mil
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00788327-W 20050416/050414212337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.