Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
MODIFICATION

58 -- Shipboard ATC Air Search Radar

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833510R0306
 
Archive Date
10/19/2010
 
Point of Contact
Joseph J McGann, Phone: 732-323-2921, Keith P Davis, Phone: 732-323-2243
 
E-Mail Address
joseph.mcgann@navy.mil, keith.davis@navy.mil
(joseph.mcgann@navy.mil, keith.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Shipboard Air Traffic Control (ATC) Air Search Radar (ASR) Technology Improvement capabilities SOLICITATION NUMBER: N68335-10-R-0306 GENERAL INFORMATION: Document Type: Request For Information Classification Code: 5840 NAICS Code: 334511 Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division - Lakehurst Contracts Navy Department Hwy. 547 Attn: B120 Rm 180 Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD), Air Traffic Control Systems Division is seeking industry input to identify current Non-Developmental Item (NDI) features and solutions to potentially serve as a replacement to the AN/SPN-43 Air Search Radar (ASR). The government encourages industry to respond to this RFI even if your current system does not meet all the current AN/SPN-43C requirements as the responses will assist in the final requirements generation process. The Air Traffic Control (ATC) Systems Division of Naval Air Warfare Center Aircraft Division (NAWC-AD) Patuxent River is the In-Service Engineering Agent (ISEA) for Precision Approach and Landing Systems (PALS) suite of equipment. The ATC Approach Systems Branch provides technical and engineering support for the AN/SPN-43C. The AN/SPN-43C ATC ASR System is one of the NAVY's primary radar sets used to provide radar data to Carrier Air Traffic Control Center (CATCC) and Amphibious Air Traffic Control Center (AATCC) for simultaneous detection and control of aircraft in its terminal area. It provides 360 degree Air Search with system range of 300 yards to 60 Nautical Miles (NM) with altitude range up to 30,000 feet. Additionally, the system is used in conjunction with the Carrier Controlled Approach (CCA) radar sets for aircraft landing operations on the aircraft carrier, nuclear (CVN) and amphibious assault (LHA/LHD) class ships. The original AN/SPN-43 system was introduced into the fleet in the late 1960's and uses 1960's, 1970's and 1980's technology. The antenna pedestals were re-designed in the early 1970's, while the receiver/transmitters were updated in the 1980's. Presently there are 28 AN/SPN-43C Radar Systems in existence. The operational availability requirements for the ATC surveillance radar is a minimum of 99%. Request respondents provide the following: -Availability of your current system -Availability data source -Formula used to compute availability The AN/SPN-43C provides analog video to the ships video distribution system. The video amplifier generates a ship's heading marker and provides video signals and triggers for the ship's PPI displays. It is not the intent of the Navy to require analog video output in a AN/SPN-43C replacement radar. TECHNICAL DISCUSSION: The goal of this RFI is to explore the technical capabilities of potential offerors. The Government is seeking industry input to assist in determining current market capabilities. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed twenty (20) pages in length (including cover letter) via electronic mail. In addition, up to five (5) attachments that consist of briefing slides, pre-printed commercial brochures, and/or architectural views/diagrams are permitted to be submitted with the written response. The Government's intention is to gain a better understanding of current, state-of-the-art capabilities and strategies to determine the best acquisition approach for this effort. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. This RFI is an effort to understand market availability, technical characteristics, and functionality of products capable of satisfying the capabilities described in this RFI. The government has neither intention nor desire to develop any new technologies associated with this effort. Rather the intent is to work towards making better use of/identifying applicable existing open standard architectures, interfaces, and data protocols thereby facilitating easier integration and interoperability with current and future hardware designs and software applications and eliminating proprietary designs that limit interoperability. Furthermore, the government is not interested in a platform specific solution set or design at this time but a capability that will provide a cross fleet solution. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The information provided may be used in developing its future acquisition strategy. **PLEASE NOTE: The Government intends to use contracted support from Booz Allen Hamilton, American Electronics Inc., and/or BAE Systems to assist with review and analysis of responses to this RFI. Each contractor will be responsible for obtaining Non-Disclosure Agreements (NDAs) from each respondent to this RFI. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Technical questions and industry responses to this RFI shall be submitted via email no later than 4:00PM E.S.T Monday, September 20th, 2010 to the following individuals: Mr. Joseph McGann at joseph.mcgann@navy.mil 732-323-2921 Mr. Keith Davis at keith.davis@navy.mil, 732-323-2243
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833510R0306/listing.html)
 
Place of Performance
Address: Webster Field, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02271357-W 20100909/100908063733-0116f7a0d1d63683a649f54d0db15356 (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.