Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOLICITATION NOTICE

A -- Active/Passive Aircraft Survivability

Notice Date
10/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-R-0001
 
Response Due
1/9/2006
 
Archive Date
3/10/2006
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD), U.S. Army Research Development and Engineering Center is soliciting technical and cost proposals for an effort entitled Active/Passive Aircraft Survivability (APAS). The program objective is to deve lop, integrate, and demonstrate a low-cost aircraft self-protection suite that is highly effective in detecting, disrupting, and defeating small arms, Rocket Propelled Grenade (RPG) and Man Portable Air Defense Systems (MANPADS) threats, typical of non-lin ear battlefield environments. The APAS program will provide the mechanism to tap aircraft survivability technologies currently being developed within the DoD and industry. The APAS program will enable survivable operations that allow for freedom of maneuve r, battlefield persistence, and combat overmatch for aviation assets. Government technologies under development by the Government that may be integrated and demonstrated under APAS are signature reduction components including engine IR suppression system, thermal insulation, IR paints/coatings, and IR threat countermeasure / jammer technologies such as an enhanced ALQ-144A IR jammer system, the Common Missile Warning System (CMWS) and potentially other technologies under development by the Government. For p urposes of the subject solicitation, the IR signature reduction components will be Government developed, integrated and demonstrated. This solicitation is to acquire Contractor effort to design, analyze, develop, fabricate, integrate, and flight test Hosti le Fire Indication (HFI) and Visual Acquisition Disruption (VAD) technologies and optional IR signature suppression technologies. The HFI system will detect and precisely locate small arms and RPG threats and present this threat information visually to the aircrew to enhance situational awareness and self-protection capability. The VAD system will degrade the small arms and RPG shooters ability to maintain accurate track or effectively engage aircraft targets within the disruption zone. The Contractor will provide familiarization and incorporate a combined industry/Government flight crew concept to enable the Government demonstration of the entire (Government and industry) APAS technology suite using only Government experimental test pilots. Contractor invo lvement during Government flight demonstration will be limited to troubleshooting and maintenance support of Contractor-developed components installed on the test aircraft. The Government will furnish either an Apache AH-64D or a Blackhawk UH-60L aircraft for the APAS system demonstration activities. Limited Government furnished data is available and no aircraft specific data will be provided. Line of sight, space, weight and power information associated with Government-integrated technologies will be provi ded for proposal preparation purposes. The subjects of this solicitation are the HFI and VAD technologies; however, should an offeror have innovative alternative technical solutions for IR suppression, which meet or exceed the program objectives or offer l esser performance at significant cost savings, they may be proposed as options and they will be considered. Note, however, if such options are proposed, FAR 52.217-3, Evaluation Exclusive of Options, applies and the options will not be included in the eval uation for award purposes. A single, cost-plus fixed-fee contract is anticipated. The total estimated amount of the acquisition is $13M, exclusive of any options proposed. It is anticipated that no more than $1M of Government funding will be available for any/all optional effort(s). The planned total period of performance for this effort is 33 months with an anticipated award date on/around 31 March 2006. The Request for Proposal (RFP) will be made available to potential offerors, not sooner than 15 days fo llowing publication of this notice in FedBizOpps. Proposals must follow the guidelines described in this notice and in Section L of the RFP. This program is cla ssified SECRET Collateral and is subject to export controls. Offerors will be required to handle classified information up to a level of SECRET and must have a current SECRET facility clearance and storage capability to receive this solicitation. A DD Form 254, Department of Defense Contract Security Classification Specification, will be provided with the solicitation. A certified copy of DD Form 2345, Military Critical Technical Data Agreement (see Note 8) must be submitted along with your written request for a copy of the RFP. Your written request may be mailed to AATD, ATTN: AMSRD-AMR-AA-C, Wilma Estrada (Contract Specialist) or Sharon Horton (Contracting Officer), Building 401 Lee Boulevard, Fort Eustis VA 23604-5577; may be sent by facsimile at 757-878- 0008; or may be emailed to wilma.estrada@aatd.eustis.army.mil or sharon.horton@aatd.eustis.army.mil. This action is not set aside for small businesses. Only qualified U.S. sources may participate as prime contractors. The North American Industry Classifica tion system (NAICS) code applicable to this procurement is 541710. The small business size standard for number of employees is 1000 for Aircraft Parts, and Auxiliary Equipment, and Aircraft Engine Parts. All responsible sources may submit a proposal, which if received timely, shall be considered by the agency. Notes 8 and 26 apply.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00920597-W 20051027/051025211948 (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  © 1994-2020, Loren Data Corp.