Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOURCES SOUGHT

58 -- RFIPLAID08

Notice Date
4/15/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
RFIPLAID
 
Point of Contact
MistyHoltz,, Phone: (478)926-3854, Theresa A Lamb,, Phone: (478)926-1924
 
E-Mail Address
misty.holtz@robins.af.mil, theresa.lamb@robins.af.mil
 
Description
C-130 ALR-69A Radar Warning Receiver Request for Information (RFI) This is a request for information and not a solicitation. INTRODUCTION: The Government is interested in obtaining information to determine potential sources for the integration of the AN/ALR-69A Precision Location and Identification (PLAID) Radar Warning Receiver (RWR) system capability on select C-130H aircraft. The AN/ALR-69A(V) RWR system provides enhanced and improved notification to the crew of threat radar signals being used to track/target the aircraft in a hostile RF (Radio Frequency) environment. This program includes efforts to design, develop, manufacture, trial install, kit proof, and test one C-130H PLAID kit. The anticipated program will deliver 26 kits with options for 274 additional kits and up to 7 additional kit proofs. HQ AMC has determined the need for PLAID capability on the C-130H aircraft. All manufacturers that propose a bid to design and build the PLAID must have appropriate security clearances to receive and handle classified equipment and information. The design must be compatible with AN/ALR-69A units already contracted through the manufacturer (Raytheon). The National Stock Numbers for the Raytheon units are 5865-01-551-5129EW (1 per aircraft) and 5865-01-551-2183EW (4 per aircraft). The vendor must also comply with all military specifications on material used in the system. Upon completion of the effort all designs, drawings and proprietary rights to the project will be relinquished and turned over to the United States Air Force. SCOPE: This request for information is directed to potential prime contractors who have demonstrated experience in the design, development, integration, and test of airworthiness certified aircraft modifications. The Government will use the information gathered in response to this RFI to refine the strategy for the development of the AMC C-130 PLAID program. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. OBJECTIVES: The main objectives in this project are as follows: 1. Better attain information for meeting a current requirement (PMD 2419/July 2005) 2. Design, and build 28 airworthiness certified PLAID Group A kits with options up to a total of 302 kits. 3. Produce two kits for trial installation and kit proof prior to producing the final 26 kits. 4. PLAID Group A capability should provide for integration of the ALR-69A Group B assets (Computer Signal Processor (CSP), four Radar Receivers (RR), Azimuth Indicator, Forward/Aft Indicator Control, and four C/J band antennas). 5. The PLAID RR to CSP integration will require single mode fiber optic cabling in addition to standard electrical wiring. 6. The contractor will provide all necessary services to manufacture, procure, build and deliver kits, spares, provide technical manual changes, recommend support equipment, engineering drawings and technical support to integrate the AN/ALR-69A(V) RWR on select C-130 variants. 7. The contractor shall also provide operations and maintenance familiarization training. 8. The installation kits must allow for ease of maintenance with minimum personnel, spares, and support equipment. 9. Provide forced air cooling to enable the installed system to operate in 120 degree ambient outside temperatures. AN/ALR-69A (PLAID) SYSTEM: The basic ALR-69A system will consist of the following: Group B: Computer Signal Processor (CSP), four Radar Receivers (RR), Azimuth Indicator, Forward/Aft Indicator Control, and four C/J band antennas. Group A: Aircraft wiring (RF/Electrical/Fiber Optic), hardware required for installation of Group A & B, necessary hardware to provide for proper cooling of Group B assets (fans etc.), and connectors necessary to attach wiring to Group B, cooling, and appropriate aircraft interfaces. RFI QUESTIONS Note: FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) applies as follows: (a) The Government does not intend to award a contract on the basis of this solicitation of information or to otherwise pay for the information solicited. (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) Interested sources need to submit a qualification package to include: (1) Similar experience integrating RWR systems on C-130s. Please briefly describe your experience, limiting such description to no more than one page, (2) experience with single mode fiber optic cable, (3) Familiarity with USAF RWR systems aircraft interface, design, implementation, blanking for operability with on-board systems, and supportability. Interested sources should respond to this synopsis by providing literature (qualification package) that describes their off the shelf RWR integration technical capabilities; their understanding of RWR blanking and interface requirements and their experience integrating RWR systems on C-130 aircraft including experience with support and familiarization. (d) This RFI is issued for the purpose of: Obtaining information only for the integration of the AN/ALR-69A PLAID RWR system capability on select C-130H and purchase of installation kits. COST: 1. Ultimately, the feasibility of designing and installing the C-130 AN/ALR-69A PLAID System will be best value evaluation. a) For your C-130 AN/ALR-69A PLAID System approach, what capabilities and/or components are expected to be the major contributors to the cost? b) What are the proposed techniques/methods for controlling production costs? c) Estimated Cost case study. Please estimate the following program costs: •o Cost for Non-Recurring Engineering (NRE) •o Cost for Data (to include engineering drawings and technical data) •o Cost for a Trial Install •o Cost for Kit Proof •o Cost for Airworthiness certification •o Cost for Production Kits (26 kits/Options for up to 274 additional kits) MILESTONE METRICS: 1. NRE 2. Trial Install Kit development 3. Trial install and testing 4. Airworthiness Certification 5. Data 6. Kit Proof 7. Production kits 8. What other types of performance/measurements or objectives do you feel are appropriate for this type of effort? MISCELLANEOUS: Please provide any additional feedback you feel is relevant in the developing of this requirement. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are a U.S. or foreign owned firm. Interested potential sources should respond to the above screening criteria, in writing, within 15 days of this publication to the address identified below. Responses should not exceed ten (10), single-sided, 8-1/2" x 11" pages with the font no smaller than 10 point. PLEASE PROVIDE 1 PAPER COPY AND 1 ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT BELOW BY CD OR E-MAIL CONTACT INFORMATION: PCO: WR-ALC/LBKB Attn: Misty Holtz 330 ACSG/GFKA, 235 Byron St. Ste 19A Robins AFB GA 31098-1670 Note: The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with this submittal of the request for information. This RFI does not constitute an Invitation for Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=64d28f6942bbf9a33654cd19a5cf9060&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01554719-W 20080417/080415221233-64d28f6942bbf9a33654cd19a5cf9060 (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.