SOLICITATION NOTICE
16 -- Guided Launch and Recovery System/Precision Landing System
- Notice Date
- 8/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Aviation Applied Technology Directorate, Ft. Eustis DAAH10, ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- DAAH10-03-C-0063
- Response Due
- 9/25/2003
- Archive Date
- 11/24/2003
- Point of Contact
- Gayle McClelland, 757-878-4818
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(gmcclelland@aatd.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Aviation Applied Technology Directorate (AATD), U.S. Army Aviation and Missile Command (AMCOM), proposes to award a Firm Fixed Price (FFP) contract, entitled 'Guided Launch and Recovery System/Precision Landing System' to Sierra Nevada Corporation (SNC ) 444 Salomon Circle Sparks, NV 89434. This award is subject to the availability of funding. The resultant contract will consist of a 12 month FFP contract. The contractor shall design, develop, test and deliver, two complete 'strap-on' palletized iner tial based Precision Landing Systems (PLS) for integration into the UH-60L and CH-47D aircraft, including a complete functional PLS pallet, and dual cockpit displays with all associated cabling. The contractor shall also design, develop, test and deliver three pre-production PLS 'boxes' with associated cabling. The contractor shall provide engineering and software support to integrate the PLS systems into the UH-60L and CH-47D aircraft. The PLS system shall operate on 28VDC aircraft power. In addition, the contractor shall deliver (1) test plan, (2) final test report, (3) technical data package (TDP) consisting of (a) a system performance specification, (b) operators manual/maintenance instructions, and (c) engineering drawings and associated lists to l evel III or equivalent, and the contractor shall support a Government Evaluation/Test at Fort Eustis, Virginia. Vast Government experience including recent experience with extreme 'brownout' environments in Afghanistan and Iraq with alternate technologies such as FLIR and Radar have highlighted the limitations of these technologies and led the Government to seek an inertial based solution to the 'brownout'/'whiteout' problem. Sierra Nevada Corporation is the only known source with the unique qualification s based on prior experience with the successful development and demonstration of the prototype interial 'Guided Launch and Recovery' G-LARS system for the UH-1 helicopter. SNC is the only known source with a 'strap on' inertial based solution for helicopt er operations in a zero visibility environment caused by 'brownout' or 'whiteout' conditions. The G-LARS system utilizes SNC proprietary software algorithms developed at private expense with unmanned aerial vehicle (UAV) landing systems. The Government h as not acquired a detail design specification, software, software documentation or a competitive technical data package inclusive of detailed manufacturing data for another competitive source to manufacture the SNC developed G-LARS. SNC is the only known source with an existing 'strap on' inertial based precision landing system, however, interested persons may identify their interest and capability to respond to the requirement and submit proposals. 'Strap-On' capability is essential to allow concept eval uation on flying aircraft to immediately proceed. Alpha Contracting methods with SNC will be employed. A solicitation document will not be issued; however, portions of a model contract will be available. A determination has been made that performance und er the contract will require access to and/or generate technical data the export of which may be restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. Seq.) or Executive Order 12470. Prior to award, the successful firm will be require d to provide an Export-controlled DOD Data Agreement certification number issued in accordance with DOD Directive 5230-25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017 -3084,, Telephone 1-800-352-3572. All responsible sources may submit a proposal to Aviation Applied Technology Directorate, ATTN: AMSAM-RD-AA-C (Ms. Rhonda Chase) Building 401, Fort Eustis, Virginia 23604-5577 which will be considered. Point of contact i s Ms. Rhonda Chase at (757) 878-2071 or by email: rchase@aatd.eustis.army.mil. Receipt of proposal is due no later than 1:00 PM eastern standard time on 25 Sep tember 2003. See Numbered Note 22 and 26.
- Place of Performance
- Address: Aviation Applied Technology Directorate, Ft. Eustis DAAH10 ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00398717-W 20030814/030812213748 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |