Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

59 -- Raptor Helmet Mounted Display & Cueing System (RHMDCS) - Draft Requirements Documents

Notice Date
6/5/2015
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8611-WPAFB-HMD
 
Point of Contact
Colleen S. McDonald, Phone: 937-713-7512, Casey A Murphy, Phone: 937-713-7509
 
E-Mail Address
colleen.mcdonald@us.af.mil, casey.murphy@us.af.mil
(colleen.mcdonald@us.af.mil, casey.murphy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft System Requirements Document Draft Statement of Objectives Raptor Helmet Mounted Display & Cueing System (RHMDCS) Initial Request for Information (RFI) Solicitation Number: FA8611-WPAFB-HMD, 5 June 2015 I. Request for Information (RFI) for Planning Purposes a) This is an RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. b) The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to provide a Helmet Mounted Display (HMD) for the F-22 Raptor weapon system. c) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Companies responding to this RFI are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation of this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. d) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. e) Background: As weapon systems have become increasingly complex and aircrews are exposed to extensive amounts of battlespace information, it has become clear that an HMD capability for the warfighter is necessary. Industry has recently made major advances in HMD capabilities for aircrew personnel. The purpose of this RFI is to determine existing and emerging Commercial-off-the-Shelf (COTS) or Government-off-the-Shelf (GOTS) technology solutions that can be used to enhance aircrew warfighting operational capabilities with respect to HMD capabilities, as well as acquire industry feedback relating to the following questions: i. Draft Statement of Objective (SOO) and System Requirements Document (SRD) are attached to this notice. Please review and provide any comments. ii. If a demonstration with your system fully integrated into the F-22 Air Combat Simulator (ACS) were required, what information would your company need from the Government? What time and resources would be required for this demonstration? iii. If a demonstration without full integration into the ACS were required, what information would your company need from the Government? What time and resources would be required for this demonstration? iv. If a demonstration in the F-22 aircraft were required, what information would your company need from the Government? What time and resources would be required for this demonstration? v. Would your company be willing to provide helmets for demonstration and/or flight test without cost to the Government? vi. Please provide any other important factors to consider in regards to a demonstration in either the simulator or the aircraft. vii. Please provide an estimate of your company's manufacturing capability and how much capacity you expect to have available to meet the required engineering and manufacturing development (EMD) and retrofit schedules. The Government anticipates the following equipment requirements: 1. Group A = 190 (On aircraft equipment and software) 2. Group B = 190 (Interface equipment between aircraft and helmet components) 3. Group C = 342 (Helmet components) In addition, 7 sets would be required for EMD, to be delivered in 2017. Full rate production (FRP) would require deliveries in 2020-2022. viii. Based on the information that has been released to industry thus far, what concerns does your company have regarding this potential competition? II. Program Requirements Minimum requirements for a HMD system are as follows: • Color display • Capable of displaying a variety of sensor inputs and customized symbology • Capable of cueing sensors and weapons • Supports display and cueing in all day and night operations • Provides symbology and imagery integration with enhanced night vision systems • Compatible with safe operation of the current USAF escape systems and cockpit accommodations, ex. meets military standard human factors related requirements and provides appropriate disconnects for emergency/normal egress • System can be sustained for projected service life of aircraft • Integrated camera which records external field of view and overlaid HMD imagery • HMD symbology can be easily modified for little or no cost outside of the aircraft Operational Flight Program (OFP) • Must not hinder pilot performance during all phases and durations of flights Additional information is given in the draft SRD that is included with this RFI. It is critical that respondents include the degree to which they require access to F-22 air vehicle weapons system data rights and the degree to which they have, or are able to obtain air vehicle data rights from Lockheed Martin Aeronautics Company. III. RFI Response. Part A: Business Information. In response to this RFI, please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • North American Industry Classification System (NAICS) Code: 541511 Custom Computer Programming Services. Size standard: $25M. Based on the NAICS Code, state whether your company is: ­ - Small Business* (Yes / No) ­ - Woman Owned Small Business (Yes / No) ­ - Small Disadvantaged Business (Yes / No) ­ - 8(a) Certified (Yes / No) ­ - HUBZone Certified (Yes / No) ­ - Veteran Owned Small Business (Yes / No) ­ - Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Part B: Competition Considerations and Business Strategies. Please note responses regarding this portion of the RFI may be used in the formulation of an acquisition strategy and may be shared publicly, on a non-attribution basis, during industry days and other pre-solicitation activities. Therefore, only non-proprietary, non-sensitive responses shall be provided. Market research will include responses from the following questions listed below: a) Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. b) Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). c) Describe any concepts, ideas, and strategies, relevant topics, and concerns that would help the Government in forming an acquisition strategy. Please e-mail your response to casey.murphy@us.af.mil and colleen.mcdonald@us.af.mil. E-mail must be received no later than 1600 Eastern Daylight Time, 3 July 2015. Technical questions regarding this RFI should be directed to Mr. Michael Arellano, Program Manager, AFLCMC/WWU, michael.arellano@us.af.mil. Marketing materials are considered an insufficient response to this RFI. Please limit responses to no more than 20 pages, and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8611-WPAFB-HMD /listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03755023-W 20150607/150605234717-eafd057a36c737c93ca5440b7ba94ac9 (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.