Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOURCES SOUGHT

58 -- Joint Threat Emitter

Notice Date
8/10/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 84th Combat Sustainment Wing, 84 CBSG/PKR, 6039 Wardleigh Road, Bldg 1206, Hill AFB, Utah, 84056-5835
 
ZIP Code
84056-5835
 
Solicitation Number
FA8217-09-R-JTE2-0003
 
Point of Contact
Michael Scott Arbon, Phone: 8015862246
 
E-Mail Address
michael.arbon@hill.af.mil
(michael.arbon@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Overview: The purpose of this Request for Information is to assist Hill AFB Utah, Range Threat Systems Program Office (RTSPO) in Market Research of Industry to determine the extent of effort and estimated cost necessary to reach a Technical Readiness Level 6 (TRL 6) and Preliminary Design Review (PDR) package necessary for the JI2 program to proceed to the Engineering and Manufacturing Development (EMD) Milestone B phase. The RTSPO is proposing a phased acquisition approach for the JI2 program. Multiple contractors may be selected through source selection to participate in the Technology Development (TD) phase (1st contract award). The purpose of the TD phase is for selected contractors to verify appropriate software/hardware TRL and complete a Preliminary Design Review (PDR) that includes a formal PDR report and associated design drawings and documentation for government approval and recommendation to the Milestone Decision Authority to enter the Milestone B (EMD) phase. The second phase of the program (EMD phase) will provide a 2nd contract award, which will employ full and open competition. Contractors involved during the first phase (TD) may choose to submit the designs developed when submitting their respective proposals. Other contractors not participating in the 1st contract phase will NOT be excluded from this 2nd phase and may also submit proposals for consideration. One contractor will be selected for the EMD phase to develop a complete pre-production unit, perform factory and field level testing (Site Acceptance Test) and complete Functional and Physical Configuration Audits to qualify the design. If the design meets all requirements and is accepted by the government, the 2nd contract will also contain an option to produce up to 20 production units. The government is requesting a minimum of government purpose data rights for 1st and 2nd contract. For the purpose of this RFI, no information is required or requested for the 2nd contract award phase. JI2 System Description: The following is a top-level description of the JI2 system. This description is not intended to be all inclusive, but should be used to answer this RFI: The development and delivery of a threat emitter system (as identified in the fourth paragraph of the "overview" section above) will be an unclassified, high-fidelity emitter system that shall emulate some or all of the signals of the SA-15b. The minimum signals to represent are the SA-15b target acquisition and tracking radar signals, but desire full emulation. The emitter system is expected to have a minimum of two radars, one for acquisition and the second (phased array) for target tracking and missile guidance. Both will include the capability to initiate a track using skin tracking and emulate the SA-15b system operation. The target tracking radar will be capable of tracking multiple targets simultaneously. The acquisition radar will operate only while the system is at a fixed location. The target tracking radar will operate while the system is not moving. The threat emitter must be designed to operate in a military ground mobile environment. The total threat emitter will be transportable on a single commercially available vehicle. It is recommended the system be attached to skid pallet(s) and must not permanently attach to the vehicle for ease of removal to meet airlift transportability requirements and meet 463L pallet requirements. The system will be operable on commercial power and with an optional government provided generator. The generator will be transported with the system during mobile deployment and operation of the system. Environmental testing for shock, vibration, thermal (Operational between-40 degrees Fahrenheit to +125 degrees Fahrenheit) will be used to verify environmental compliance. The system must be helicopter transportable with limited dismantling. The threat emitter shall be capable of being deployed for training use in forward operating locations and deployed at improved (e.g. graded roads and concrete pads) and unimproved (e.g. no roads, no pad - literally anywhere on a range) sites. The threat emitter shall have the capability to receive, display, measure and store target track related data and provide feedback in ADDS/ICADS/TENA format for Aircrew Debriefing. The threat emitter shall support ACMI inputs from the range for initial pointing. The displays for the system will be accomplished using a single computer that is operated by a single operator, and will be remotely locatable from the rest of the emitter system hardware using either GFP radio or Ethernet (specific system architecture is currently under development and more specifics will be supplied with formal System Specification. The threat emitter shall be designed as a modular system that will require no specialized off-board calibration equipment. The modularity will also facilitate minor repairs within 20 minutes to four hours, and complex repairs within two to eight hours. The Mean Time Between Failure of the total system shall be no less than 500 hours, with the objective of 1000 hours or greater. The system shall be designed for a system Up-Time Ratio of 8 hours per day (Threshold) or 16 hours per day (Objective), 5 days per week, and 48 weeks per year for the 20 year life of the system. The threat emitter shall be designed to meet 90 to 100 percent availability of the entire threat emitter during the operational period of the system. The following technical changes from RFI FA8217-09-R-JTE2 are listed below: Mobile radar operation is no longer a requirement. The acquisition and target tracking radars will operate only while the system is stationary. The system will be transportable on a single commercially available trailer. The JI2 system shall include a shelter separable from the trailer to protect system operators when remote operation is required. This shelter will be listed as optional equipment (not part of the core system). The JI2 system shall be transportable via helicopter lift. The total weight requirement of 10,000 pounds is removed. Request for Information: This Request For Information is for the 1st contract award (TD phase) only, and requests each interested contractor provide the following information: (1) test approach to reach TRL 6 (test, verification test reports, etc); (2) schedule to reach PDR/TRL 6; (3) estimated cost necessary to reach a PDR that includes TRL 6 documentation, design package and reports for both the software and the hardware associated with a total JI2 system; and (4) estimated cost from PDR to CDR (CDR level of report, however, official CDR will not take place until the second contract is let) This update modifies document FA8217-09-R-JTE2 Contact Information: Please respond to: Department of the Air Force, Air Force Materiel Command, OO-ALC/84 CBSG/PKR; Attn: M. Scott Arbon; 6039 Wardleigh Road, Bldg. 1206; Hill AFB; UT 84056-5838 (or e-mail: Michael.arbon@hill.af.mil). Phone number: (801) 586-2246. This is not an RFP or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this Sources Sought Synopsis/Request for Information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and reviewed, and may be used to develop an RFP for development of the threat emitter. Point of Contact: Scott Arbon, Contract Negotiator; see phone number and additional details under the "Please respond to:" section above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/84CBSG/FA8217-09-R-JTE2-0003/listing.html)
 
Record
SN01905183-W 20090812/090810235929-d7482e891583ad66304d876c5e7cf928 (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.