Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2006 FBO #1836
SOURCES SOUGHT

16 -- Request for Information for C130 Communications, Navigation,Surveillance/Air Traffic Management (CNS/ATM) Alternatives

Notice Date
12/4/2006
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Aeronautical Systems Center 2775 D Street Bldg 16 Rm 149 Wright Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
656AESS_PK-C130-CNSATM
 
Response Due
1/12/2007
 
Archive Date
2/16/2007
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: 1. Federal Acquisition Regulation (FAR) 52.215-3 ? Request for Information or Solicitation for Planning Purposes (Oct 1997) is included as follows: ?(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ?proposal? and ?offeror? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of as follows in the paragraphs below.? 2. The purpose of this RFI is to identify and obtain information from responsible sources and interested parties who have proven solutions that can meet all CNS/ATM and Navigation/Safety mandated requirements, as identified below, for US Air Force C-130H Combat Delivery aircraft. For RFI purposes, the term ?proven? means a solution that is developed and demonstrated through flight trials, is ready for fielding or is already fielded, and only requires integration onto the C-130 as a developmental aspect. The CNS/ATM and Navigation/Safety solution cannot degrade C-130 operational mission capabilities. Please use the minimum number of pages to describe in detail the information requested, but do not exceed 50 pages. 3. The minimum requirements the solution must satisfy are: a. Global Positioning System (GPS)-based En Route, Terminal, and Non-Precision Approach b. Upgrade path to GPS Precision Approach ? Joint Precision Approach Landing System (JPALS) c. Oceanic En Route Navigation d. US Area Navigation (USRNAV) Type A and Type B Standard Instrument Departures (SIDS), Standard Terminal Arrival Routings (STARS), and Routes e. Basic Area Navigation (BRNAV) and Precision Area Navigation (PRNAV) f. Required Navigation Performance-4 (RNP-4), RNP-2, and RNP-0.3 (with containment) g. 8.33 kHz Very High Frequency (VHF) channel spacing h. Frequency Modulation (FM) Immunity i. Identification Friend or Foe (IFF) Mode Select (Mode S) with Elementary Surveillance (ELS) and Enhanced Surveillance (EHS) j. Automatic Dependent Surveillance ? Contract (ADS-C) k. Automatic Dependent Surveillance ? Broadcast (ADS-B) Out l. Controller Pilot Data Link Communications (CPDLC) m. Aeronautical Operational Control (AOC)/ Command and Control (C2) n. Terrain Awareness and Warning System (TAWS) o. Airborne Collision Avoidance System (ACAS) II p. 406 MHz Emergency Locator Transmitter (ELT) q. Predictive Windshear In addition to addressing the minimum requirements, please identify and describe in detail, any capabilities in your solution that exceeds these minimum requirements (e.g. ADS-B Two-Way). In your response, please include a one page executive summary with a table listing the above requirements, whether they will be met (Fully, Partially, Not Met) by your solution, and the RFI response paragraph in which the details on the individual requirement can be found. 4. RFI package should include information such as: a. Detailed description of how your CNS/ATM and Navigation/Safety solution meets (or exceeds) the requirements of paragraph 3 above. The description should provide adequate detail to allow assessment by Government Subject Matter Experts and include items such as Group A, Group B, and Software components as well as conceptual layouts. b. Describe how your proposed CNS/ATM system will provide both Line-Of-Sight (LOS) and Beyond Line-Of-Sight (BLOS) Air Traffic Services (ATS)-approved data link for operational use by C-130 aircrews. c. Describe how your proposed CNS/ATM system does not degrade current military operational capabilities. (e.g. Selective Availability Anti-Spoof Module (SAASM)/C-130 Navigation Warfare (NAVWAR), airdrops.) d. Describe how your solution allows the selection of Y-Code GPS as the only radio-navaid for operational use in an Area Of Responsibility (AOR). e. Describe how your solution integrates with legacy C-130 interfaces, processors, navigation, communication, and data link systems that are retained as part of your solution. For example, if your solution includes use of a Flight Management System (FMS), describe how the FMS will accept inputs from the existing C-130 Standard Navigation Unit 84-1 (SNU 84-1) Inertial Navigation Systems (INS). Also, as appropriate, describe in detail how your proposed FMS will control the existing C-130 SNU 84-1 systems, or how the existing control heads must be retained to control the Inertial Navigation Systems. f. Describe how your solution operates with the existing C-130 electrical power quality and discuss any changes to the C-130 power that will be necessary to accommodate your solution. g. Describe how your solution operates/survives within the C-130 weight restrictions, operational environments (including shock, temperature, vibration) and Electro-Magnetic Interference (EMI) environments. h. Describe the extent to which your solution is directly applicable to Special Mission C-130 aircraft (AC-130, EC-130, HC-130, LC-130 and MC-130). i. Describe any reliability improvements to the C-130 flight deck that result from your solution. j. Provide information to include Point of Contact(s) for aircraft on which your solution has been implemented. k. Provide a summary of your experience with CNS/ATM integration on C-130 and other USAF aircraft. 5. RFI response should also include schedule, risk, and implementation cost details: a. Provide developmental and production (kit buys and installation) schedules and identify any implementation related risks b. Provide Rough Order Magnitude (ROM) for both development (integration/adaptation to C-130, trial installation, and verification testing) and production for 250 aircraft. Each of these costs is to be provided as separate totals; production costs are to be broken into cost per kit and installation costs per aircraft. 6. Point of Contact(s) - Include: Name, company name, phone number, e-mail and mailing address for the subject matter experts; and state if your company is small business, small disadvantaged business, women-owned small business, service disabled veteran-owned small business, and o/or HUBZone small business. 7. Interested sources are encouraged to first register as a source on the PIXS Web Site (www.pixs.wpafb.af.mil). In addition, interested sources must respond with a complete Request for Information package providing everything requested in above paragraphs 3 to 6. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. 8. This information should be sent to 656AESS/PK, Mark Sauls. Responses should be sent via E-mail to: Mark.Sauls@wpafb.af.mil, 656 AESS/PK, 2275 D Street, Bldg 16, Rm 149 Wright-Patterson AFB, OH 45433-7239 not later than Close of Business 12 Jan 07. Electronic response preferred. Request for Information for C-130 Communications, Navigation, Surveillance/Air Traffic Management (CNS/ATM) Alternatives is an Aeronautical Systems Center (ASC) program. For more information on "Request for Information for C130 Communications, Navigation,Surveillance/Air Traffic Management (CNS/ATM) Alternatives", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5084
 
Web Link
Request for Information for C130 Communications, Navigation,Surveillance/Air Traffic Management
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5084)
 
Record
SN01190292-W 20061206/061204220412 (fbodaily.com)
 
Source
FedBizOpps 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.