Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOURCES SOUGHT

16 -- Terrain Following/Terrain Avoidance (TF/TA) Radar Systems

Notice Date
10/3/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-12-RFITF-TA
 
Archive Date
11/15/2011
 
Point of Contact
Sandra L Smith, Phone: 813-826-7335
 
E-Mail Address
smiths1@socom.mil
(smiths1@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the Government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Although "proposal," "offeror," and "contractor" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. 2. The USSOCOM Program Executive Office for Rotary Wing is soliciting information to identify innovative technical solutions to address Special Operations Forces (SOF) requirements for a low probability of intercept/low probability of detection (LPI/LPD) terrain following/terrain avoidance (TF/TA) capability on special operations aircraft. 3. Responses to this RFI should assume no United States Government provided data for MH-47G and MH-60M variants. Responses should identify the data necessary for system development and integration. Responses should define how said data will be obtained; if teaming arrangements are used to meet data needs, the RFI response should identify potential teaming arrangements and roles and responsibilities. The prime contractor will be responsible for the integrated TF/TA system performance. 4. The Government is interested in system solutions composed of production ready components. [i.e., minimum Technology Readiness Level (TRL) 7 as defined by the Department of Defense (DOD) Acquisition Guidebook (July 29, 2011) and a minimum Manufacturing Readiness Level (MRL) of 7 as defined by the DOD Manufacturing Readiness Assessment Deskbook (May 2, 2011)]. The TF/TA systems and/or components not currently meeting a TRL 7 and a MRL 7 should include a description of the maturation activities and overall schedule, and cost required to support the objectives in Paragraph 5 of this RFI. 5. Respondents to this RFI should describe their capability (i.e., hardware, software, integration experience) to meet and/or exceed each of the following objectives: a. Safe terrain following that includes: i. Five selectable set clearance planes (SCP) between 100 and 1000 feet above ground level. ii. Peak crossing tolerance of +20%/-15% of SCP in rain rates from 10 millimeters/hour. iii. Maintaining TF performance in straight and turning flight (6 degrees per second) throughout aircraft operating envelope for various aircraft configurations from 5 to 290 knots ground speed. iv. Flight path vector data presentation based on active sensor terrain data over water and all types of terrain, including sand, ice, and snow covered and man-made obstacles. v. Group-B weight less than 175 lbs. b. LPI/LPD capabilities. c. Provide a TF sub-mode that integrates the TF/TA system with the aircraft flight controls. d. Integrate TF/TA guidance through the flight director display capability on both heads up and heads down display devices. 6. In particular, the government is interested in the following information: a. The capability your system can provide. Provide a technical description of the solution to include estimated weight, power, and key system interfaces and data exchange requirements. b. Responses should address any safety concerns/considerations and integration challenges associated with integration of the proposed TF/TA system with the aircraft's autopilot. c. A funding profile for your proposed solution with break outs for Research, Development, Test, and Evaluation (RDT&E) and procurement funds. Identify the level of engineering design, integration, software development, and Developmental Test and Evaluation (DT&E) required. Estimate RDT&E funding required and discuss the schedule for the development/integration effort. Estimate procurement funding required through Initial Operational Capability (IOC). The IOC is defined as having eight modified aircraft plus two spares and all sustainment and training requirements in place. d. Your relevant experience with recent MH-47 and MH-60 aircraft modification, software development, and integration efforts. Highlight any TF/TA development and integration experience, to include associated aircrew training solutions, that is pertinent. Supporting exhibits such as drawings, concepts, schedule, and cost may also be included in the response. e. Provide a notional schedule clearly showing contract award, long lead procurement, production milestones, training/training system events, technical order development, contractor test and evaluation, US Army DT&E and Initial Operational Test and Evaluation (IOT&E), and logistics/sustainment events with assets available and IOC. For notional schedule purposes, the Government suggests the following baseline: Notional Program Schedule Dates Request for Proposals (RFP) Release - Apr 2012 Proposals Due to Government - Jun 2012 Contract Award - Nov 2012 IOC - Oct 2015 7. Responses to this RFI shall be limited to 15 pages in length, not including the cover page. Do not submit classified data. It is desirable, but not required, that responses be submitted on CD-ROM in an electronic format compatible with Microsoft Windows/Office with no macros. Two copies of the paper submittals shall be submitted; this is in addition to, or in lieu of the CD submittal. Any materials, electronic or paper, containing proprietary/competition sensitive information shall be conspicuously and legibly marked with an appropriate restrictive legend. Proprietary/competition sensitive material appropriately marked will be protected from disclosure. 8. Your response must be received no later than 14 November 2011. Responses should be sent to USSOCOM SORDAC/KW, ATTN: Sandra Smith (Com: 813-826-7335) at the above USSOCOM address. Any technical questions should be directed to Daniel Carroll (Com: 813-826-8497).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-RFITF-TA/listing.html)
 
Record
SN02600719-W 20111005/111003234610-1f62bbc08d013025f0a1a062cd4bdd49 (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.