Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2007 FBO #1866
MODIFICATION

16 -- C-550 Cockpit and Sensor System Modernization Program

Notice Date
1/3/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-HSBP1007R01234
 
Response Due
1/24/2007
 
Archive Date
2/8/2007
 
Point of Contact
Susan Baptist, Contracting Officer, Phone 202/344-1223, Fax 202/344-1254, - Susan Baptist, Contracting Officer, Phone 202/344-1223, Fax 202/344-1254,
 
E-Mail Address
Susan.Baptist@dhs.gov, Susan.Baptist@dhs.gov
 
Description
1.0 INTRODUCTION Customs and Border Protection (CBP) operates interceptor aircraft to detect, deter and mitigate threats to our homeland such as terrorists, acts of terrorism, drug smuggling and other unlawful movement of people, money, and goods across U.S. borders. CBP wishes to explore the feasibility and practicality of upgrading the avionics and mission systems, initially on its 10 Citation II Lot III jets and potentially the remaining 16 Citation II jets. The intent of the upgrade is to improve their operational efficiency and effectiveness as well as lower life cycle support costs. To reduce program costs and enhance equipment availability and support, the avionics and sensor systems should incorporate open architecture and "commercial-off-the-shelf" non-developmental item equipment to the maximum extent possible. Those systems must be cost effective to operate and fully supportable (parts, technical assistance, etc.) for 20 years beyond the date of acquisition. They should also be currently in production, operationally viable (demonstrable) and capable of being easily retrofitted with updated configurations. 2.0 REQUEST CBP is seeking information on prime contractors who can install and integrate commercially available avionics and sensor systems, including electronic flight instrument displays that are night vision goggle compatible and reduced visual separation minimum (RVSM) compliant. The sensor suite will include multi-mode radar and electro-optical/ infrared (EO/IR) sensors. System performance, size, weight, power and cooling requirements and life cycle support will be important considerations for this modernization effort. The Maximum combined weight for the complete integrated Radar and EO/IR system shall not exceed 370 pounds. Interested vendors must be capable of demonstrating their avionics and sensor systems as an integrated end product. MINIMUM OPERATIONAL REQUIREMENTS (GENERAL): 2.1 Radar System AN/APG-66 radar, which are currently installed in the modified noses of CBP Citation Interceptor jets, are integrated with EO/IR sensors and capable of slewing EO/IR tracked targets. Replacement radar should have comparable system performance, size, weight, power and cooling requirements as that radar. At a minimum, the radar should provide 120-degree azimuth and elevation coverage with an automatic capability to detect and track air and surface targets. Radar capabilities should include the following: Air-to-air radar detection, tracking and sorting of various size aircraft; Air-to-ground radar detection, tracking and sorting of moving vehicles; Air-to-sea radar detection, tracking and sorting of various size vessels; Air-to-ground high-resolution radar imaging; Radar Slave to EO/IR Functionality; 10 target (minimum) Track While Scan mode; and 2 target (minimum) Situation Awareness Mode (SAM) The radar system should include a Built-in-Test (BIT) mode to accomplish failure detection and failure isolation to a Line Replaceable Unit (LRU) without the assistance of radar support equipment at the organization level. In addition, the BIT mode shall provide the aircrew, via the onboard radar display, and ground maintenance personnel, via a ground accessible display, the capability to determine radar operational readiness. 2.2 Electro-optical/Infrared Sensor The EO/IR sensor shall be housed in a 360-degree continuous rotation turret that is capable of performing long-range visual search, surveillance, and tracking from an airborne platform. It should be capable of performing those functions in the visible light spectrum as well as the mid-wave infrared spectrum. The EO/IR sensor shall be interfaced with the radar, capable of slaving to tracked radar targets, and providing automatic focus and video tracking in all electro-optical and infrared modes with operator selectable optical focal lengths. Additional functionality shall include an eye-safe laser range finder for determining the range to a target of interest and a high-power laser pointer for illuminating a target of interest with night vision goggle compatible light. The EO/IR sensor payload should include: A color TV camera; A color TV Spotter Scope; An infrared thermal imager with a minimum of three distinct fields of view; An infrared laser range finder that is bore sighted with the sensors; A laser illuminator (infrared or near infrared desired); and EO/IR Slave to Radar Functionality 2.3 Mission Systems Operator Sensor Station The Mission Systems Operator station should provide mission operators with the ability to control and simultaneously display and record radar and electro-optical/infrared (EO/IR) sensor videos. System architecture should include displays at the operator station and the cockpit. Displays shall have the capability to display mapping, navigation and target information. To allow maximum flexibility, displays should be capable of simultaneous cockpit and sensor station presentations of various airborne and maritime formats. 2.4 FAA Certification A Supplemental Type Certificate issued by the FAA is required for all installations, modifications and structural changes affecting the FAA certification of the Citation. The radar shall radiate in a Federal Government allocated frequency band under the administration of the National Telecommunications and Information Administration 3.0 RESPONSES This request for information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses or otherwise pay for the preparation of any information submitted or the Government's use of such information. Sources responding to this RFI should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Responses to this RFI should include information as to type of sensor system, performance, mean time between failure, acquisition timeline, hardware and program management costs, life cycle support program and modification, integration and operating costs. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of an evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with HSBP1007R01234, and are due no later than 4:00 P.M. (EST) on January 24, 2007. Please submit three copies of your response to U.S. Bureau of Customs and Border Protection, Office of Finance, Procurement Division (Suite 1310), ATTN: Susan Baptist, 1300 Pennsylvania Ave., NW, Washington, D.C. 20229. Questions and comments should be submitted in writing and directed to Contracting Officer Susan Baptist at (202) 344-1223 or FAX (202) 344-3322.
 
Place of Performance
Address: Washington DC
 
Record
SN01204536-W 20070105/070103220101 (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  © 1994-2020, Loren Data Corp.