Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

58 -- Mid Air Collision Avoidance Capability (MCAC) - Sources Sought Notice Attachments

Notice Date
3/3/2015
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-15-P7-PMA-209-0323
 
Archive Date
4/17/2015
 
Point of Contact
Raymond C. Cannon, Phone: 301-342-9249, Diana K. Harritt, Phone: (301) 757-6978
 
E-Mail Address
raymond.c.cannon@navy.mil, diana.harritt@navy.mil
(raymond.c.cannon@navy.mil, diana.harritt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Technology Readiness Assessment Military Standard Practice 881C Metrics Enclosure Definitions Enclosure I. SUMMARY This announcement constitutes a sources sought notice for planning purposes (FAR 15.201(e)). This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This sources sought notice does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The potential for mid air collision is a hazard present in all modern aircraft operations. Military operations in particular present an added challenge due to the scenarios and electromagnetic environments in which military aircraft operate. To mitigate the gap in military Mid Air Collision Avoidance Capability (MCAC), the Collision Avoidance Solutions (CAS) Integrated Product Team (IPT), the Program Manager for Air Combat Electronics (PMA209), and the Naval Air Systems Command (NAVAIR) Program Management Acquisition Executive (AIR-1.0) initiated a program for MCAC. This team is evaluating the performance, operational capability, and costs of fielding a system to meet current requirements as defined in the Aircraft Survivability (AS) Initial Capabilities Document (ICD), OPNAV Instruction 13210.1B (Naval Aviation Policy for Aircraft Avionics Safety Systems) and other pertinent documents identified for collision avoidance capability. The information received will be used to evaluate MCAC across three basic encounter scenarios while operating in the three basic electromagnetic environments described in Enclosure 1. The identified encounter scenarios are: intruder, rendezvous, and formation. The emission environments are: non-tactical (emissions unrestricted), tactical (restricted/encrypted emissions only), and stealth (no emissions permitted/EMCON). MCAC must operate in all environmental conditions that the host aircraft are capable of operating within. Threat vulnerabilities and potential effects from jamming will also be considered. Initial Operating Capability (IOC) of (no later than) FY-23 is currently planned, but mature alternatives could allow for an earlier IOC date. An MCAC system has been recognized to consist of three, essentially independent subsystems: sensor(s), a computational mechanism (computer), and a Pilot/Vehicle Interface (PVI) capable of displaying traffic and annunciating an alert to the pilot(s). Thus, a single computational system may be capable of computing a traffic conflict based on inputs from different sensors designed for different electromagnetic environments. Likewise, the computational mechanism may be present as an algorithm resident in an existing aircraft computer system or as its own independent unit. Subsystems that provide overlapping functionality across scenarios are sought for a synergistic overlap of capabilities in an integrated system. The purpose of an MCAC system is to alert the ownship pilot(s) of other aircraft (i.e. "traffic") that pose an air-to-air collision threat. To accomplish this, MCAC is expected to use aural/visual and optionally tactile alerts to notify the aircrew of conflicting traffic and potential collisions. The primary goal is to reduce preventable accidents involving loss of life or injury while preserving valuable aircraft assets. The secondary goal is to provide Situational Awareness (SA) of surrounding aircraft to the ownship pilot(s). To accomplish this, MCAC will first need to sense traffic (i.e. have inputs from sensors), then track nearby aircraft by computing their expected trajectories to evaluate the potential for a mid air collision, ultimately responding to the situation by presenting information and alerts to pilots when appropriate. The system needs to interface with aircraft Warning, Caution, Advisory (WCA) systems to present to pilots (1) a sense of urgency of the situation, (2) unambiguous situation information, and (3) be intelligible over other aircraft cockpit conditions. The presentation of information must not interfere with the operation of the aircraft and must not inappropriately distract pilots, e.g., unnecessary alerts, startling warnings or directives. The system should be capable of presenting recommendations for appropriate pilot action in anticipation of decision-aiding technology being available. NAVAIR previously conducted an Analysis of Alternatives (AoA) under RFI (Solicitation # 41011GW2 dated 25 April 2013). The conclusion of the AoA indicated that no single technical solution "met all requirements for performing mid air collision avoidance in all scenarios and environments..." The analysis revealed that the nature of the encounter scenarios versus the required electromagnetic environments required material solutions sufficiently divergent from one another as to be categorized as different systems. The result was a decision to field the solution in partial increments based upon best return on investment (ROI) from among the scenario/environment permutations. The purpose of this sources sought notice is to collect information of any ongoing research/technologies and existing programs that may assist in determining the most prudent alternative(s) in the initial increment of MCAC and plan for the most affordable and effective alternatives for increased protection in future increment(s). The first increment of MCAC has been selected to be intruder/non-tactical, similar (but not identical) in performance to the existing commercial Traffic Alert and Collision Avoidance System (TCAS). Potential solutions to the other eight permutations are also sought for planning for future increments, especially the identification of overlaps. The initial four naval (i.e., USN and USMC) aviation platforms planned for the first increment of MCAC are the AH-1Z, UH-1Y, MH-60R and MH-60S helicopters. Applicability of alternatives for use in other naval aviation platforms will also be considered. II. SOURCES SOUGHT ENCLOSURES - the following enclosures are attached: 1. PRIORITIES, DEFINITIONS, EXPLANATIONS, AND REQUIREMENTS 2. SYSTEM METRICS III. CONTENT OF SOURCES SOUGHT RESPONSE Responses to this sources sought notice may encompass end-to-end MCAC solutions as well as independent subsystems. Three items are requested: 1. Volume 1.0 SYSTEM INFORMATION 2. Volume 2.0 SUPPORTING INFORMATION 3. Volume 3.0 COST The requested contents of the three volumes are described in the following paragraphs. 1.0 SYSTEM INFORMATION - Complete Enclosure (2) for each system, filling in as many blocks as are known. In addition, provide narrative response to the items below. 1.1 Provide a general description of the proposed system or solution. Responses should include these areas of interest: System Architecture, Applicable Standards, Operational Capabilities, Supportability, and Environmental Qualifications and host aircraft dependencies/assumptions. Include explanation of why this system should be the initial increment, if applicable, and describe opportunities for follow-on increments. 1.2 Provide description and explanation of environmental conditions, scenario(s), and environment(s) the proposed system meets. Include details describing the nine scenarios listed in enclosure (1). 1.3 Provide Size, Weight and Power - Cooling (SWaP-C) requirements of the system. If more than one sensor is required, include SWaP-C requirements for each sensor and number of sensors required. If available, provide configuration drawing(s) illustrating and quantifying the proposed system's geometric footprint, to include layout. 1.4 Describe whether the proposed system is presently in service. If so, identify the customers. What is the current production rate? What are the maximum production capacities? If the system is not currently in production, describe the technology readiness level (TRL) and provide efforts required to move into development/production. 1.5 Describe what changes are planned to the existing system. Describe any changes required to allow the system to operate in various naval aircraft. 1.6 Describe how hardware and software commonality among different platforms is accomplished. Describe how software is loaded into the system. Include TRL of the software. 1.7 Describe the capabilities of a situational awareness (SA) display if provided as part of the system. Describe how the SA display zooms, pans, and prevents overlapping of displayed symbology (i.e. cluttered display). If an SA display is not part of the proposed system, provide the system requirements necessary to integrate the MCAC information with the existing host aircraft PVI. 1.8 Describe the system's use of modular open systems architecture. Describe the use of open standards with respect to the hardware and software including FACE (Future Airborne Capability Environment) conformance. Please provide using the format presented at DFARS 252.227-7017, what you foresee as data rights you would want to keep. 1.9 Provide the predictions for Mean Time Between Failures. Predictions should be at the system and subsystem level and include the basis for prediction and/or source of measured data. For measured data, provide usage information, including the environment (i.e. Aviation 3-M, commercial, etc.), and how the resultant reliability values were calculated for each Weapons Replaceable Assembly/Shop Replaceable Assembly (WRA/SRA). Provide supporting data for the environmental parameters utilized. For items where usage data is not available, provide a prediction (using MIL-HDBK-217 as guidance), considering worst case operating conditions of Airborne Rotary Winged (ARW), as defined in MIL-HDBK-217F, and thermal conditions of 55°C ambient temperature. 1.10 Provide an overall description of how the system would be tested at the box level as well as when integrated into the aircraft. Include all applicable permutations of MCAC. 2.0 SUPPORTING INFORMATION In this section, please provide the supporting information, assumptions and/or rationale. Some information in the enclosures requires supporting documentation. Please provide in this documentation and ensure the structure of the document is clear (e.g. references back to applicable enclosure). 3.0 COST To the extent possible, provide Rough Order of Magnitude (ROM) cost estimates for total development, procurement, operational, maintenance, and disposal. When supplying the procurement cost, provide the number of units assumed for procurement. Please use MIL-STD 881C-based Electronic Systems Work Breakdown Structure (WBS) to report the costs. NOTE: COST ESTIMATES PROVIDED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE ARE NON-BINDING IN ANY SUBSEQUENT RFP. IV. FORMAT REQUIREMENTS a) All businesses, regardless of size, that possess the required capability are encouraged to submit responses to this notice and provide the following information: 1. Company Name 2. Address 3. Point of Contact 4. Phone Number 5. Fax Number 6. Email Address 7. DUNS Number 8. CAGE Code 9. Business size/Status (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUB Zone, women-owned, etc.) 10. An executive summary that outlines your company's capability 11. If a small business and only interested in subcontracting, please respond and discuss company capability. 12. If a large business, discuss plans for Small Business Utilization b) Full, unclassified responses should be submitted in a compatible Microsoft Office 2007 or Adobe Acrobat 8.0 electronic format with a supporting hard copy and is due no later than 03 April 2015 (5:00PM EST) to the addresses provided on page 5. c) Response should be provided in 12-point Times New Roman font on a single-sided, double-space page with 1 inch borders. d) Respondents are reminded to properly mark any proprietary information, and NAVAIR will control it as such. Do not send any classified information. e) Interested parties should respond to the Sources Sought Notice with the requested data or to the point of contact for clarification. f) All data submissions shall include electronic media and one hard copy. g) Responses should be submitted to the Contract Specialist; contact information provided below. Questions regarding this notice shall be submitted in writing by e-mail to the Contract Specialist at raymond.c.cannon@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting frequently asked questions on the Federal Business Opportunities website (https://www.fbo.gov) accordingly; questions shall NOT contain proprietary or classified information. The Government will accept questions up to or before 27 March 2015. Questions received after this date may not be answered. Request hard copy be sent to: DEPARTMENT OF THE NAVY NAVAIRSYSCOM ATTN Raymond Cannon B2272 Room 347 AIR-2.4 47123 BUSE ROAD PATUXENT RIVER MD 20670 ENT OF THE NAVY In addition, please send electronic copy to: raymond.c.cannon@navy.mil holly.corolla@navy.mil IV. ADDITIONAL INFORMATION The following NAICS code may be applicable to this notice: NAICS Code Description 334 Computer and Electronic Product Manufacturing The following Classification codes may also be applicable to this solicitation: PSC Description 58 Communication, Detection, and Coherent Radiation Equipment If industry identifies other NAICS or PSC codes, which would benefit the outcome of this sources sought notice, please include in vendor response. This Sources Sought Notice is an exchange of information between Government and Industry. It is the first step of an iterative process aimed at understanding the existence of sources that can deliver a system capable of performing the MCAC function described herein. Additional requests for information requesting further detail may be issued in the future to continue the Government's informational exchange with Industry. Information received as a result of this request is expected to be sensitive and/or proprietary to the responding company and will be protected as such. Any proprietary information received and appropriately marked in response to this request will be properly protected from any unauthorized disclosures. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. In order to complete its review, NAVAIR must be able to share the information within the Government. Any responses marked in a manner that will not permit such internal Government review may be returned without being assessed/considered. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, BUT RATHER A REQUEST FOR INFORMATION from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this notice. This Sources Sought Notice is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. The Government does not anticipate that a comprehensive response to this sources sought notice will contain CLASSIFIED information. If a CLASSIFIED response is required, contact the Government POC for further instruction. Contracted Support Services (CSS) may have access to this sources sought notice. Non-Disclosure Agreements (NDAs) between CSS and NAVAIR are currently on file with the Government. All information received in response to this notice that is marked Proprietary will be handled accordingly. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. All data received in response to this notice, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this notice does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the FedBizOpps website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. Following a review of the responses received, NAVAIR may elect to schedule one-on-one meetings or ask follow-up questions to gain additional information about the proposed solution(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P7-PMA-209-0323/listing.html)
 
Record
SN03657186-W 20150305/150303234904-1f89491dd144400c3063c95698c67340 (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.