Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SOURCES SOUGHT

16 -- Precision Airdrop System (Production)

Notice Date
5/23/2008
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
ASC-MSW-JPADS-001
 
Response Due
6/11/2008
 
Point of Contact
Robert M Nolin,, Phone: 937-255-6291
 
E-Mail Address
robert.nolin@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis and Request for Information (RFI). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. All responsible businesses, including small businesses, are encouraged to respond to this RFI. This synopsis is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation the Government is conducting Market Research. This Market Research is for information and planning purposes only. Before submitting any information to the Government, be advised that the Government does not intend to award a contract on the basis of these questions or to otherwise pay for the information you provide. Your responses will be treated as information only and will not be used as a proposal. This information will be used to assist in developing the acquisition strategy. Any information provided by the Government at this time is preliminary and may be updated or changed prior to a formal release of a Request for Proposal. Background: The government has pursued the Joint Precision Airdrop System concept for nearly ten years via several contracts as a proof-of-concept program through AFMC's Electronic System Center and the Army's Natick Soldier System Center. The incumbent research and development contractor, Planning Systems, Inc. (PSI) has developed, produced and fielded one hundred and sixty (160) developmental JPADS to date. PSI is presently under contract to accomplish development and operational testing of the development articles. These developmental units have been deployed operationally. Due to the research and development nature of the program with PSI, the government has not acquired a data package of sufficient scope and detail to allow a competent manufacturer to reproduce the development article. Additionally, there are unresolved issues regarding the government's rights in the technical data delivered to date for this specific product. Sources Sought: This Sources Sought Synopsis is in support of a market research effort being conducted by Air Force Material Command, Aeronautical Systems Center to determine the viability of pursuing a competitive production acquisition of the current PSI JPADS design. Air Mobility Command desires that production deliveries of production JPADS begin in the third quarter of fiscal 2009. Industry input is solicited on whether sources exist that could produce a production version of the PSI-developed JPADS product given the technical data constraints identified above. To assist industry assessment of this initiative, the JPADS overall system performance attributes are set forth below in the PADS General Requirements section. A sample of the existing JPADS mission system equipment is not available for reverse engineering or technical assessment at this time; however, if sufficient industry response indicates this is a viable method of establishing an alternate manufacturing source, this may be explored. Request for Information: An alternative acquisition strategy being considered by the government is to competitively acquire a commercial-off-the-shelf (COTS) or military-off-the-shelf (MOTS) precision airdrop system that would meet the same system performance requirements set for in the PADS General Requirements. The government is interested then in obtaining information from industry on whether you currently produce or have developed equipment that meets the PADS General Requirements. If not, do you currently produce a product that could be modified on a non-developmental basis that would meet the General Requirements? The government would be willing to review any technical information on candidate products industry deems capable or potentially capable of meeting the General Requirements. As part of our market research, one-on-one Industry Days may be offered so that more detailed discussion of potential product solutions can be provided. Additional information on the annual production rate possible for candidate products would be appreciated as would any information on past sales and prices paid. Although the JPADS/PADS production program has not yet been approved, Air Mobility Command foresees a potential for up to 260 sets of PADS mission equipment sets through fiscal year 2015. If approved, the production program may include a low-rate initial production phase prior to full-rate production authorization. PADS General System Description: The PADS Mission Support Equipment will provide common PADS aircraft equipment that will integrate with the C-17 and C-130 variants and interface with the (existing) Joint PADS mission planner and U.S. Army GPS-guided payloads to realize the capabilities documented in the JPADS Capability Development Document (CDD). The system shall provide/enable the following capabilities to execute precision airdrop missions: 1) the re-broadcast of GPS signal in the cargo compartment for the dropsonde and payload Autonomous Guidance Unit to acquire time and location data prior to deployment from the aircraft; 2) Collection and processing of near-real-time dropsonde data from aircraft flight-level to ground-level at or near the planned point(s) of impact to feed the PADS mission planning system for Computed Air Release Point and Launch Acceptability Region generation. PADS Operational Overview: The required PADS mission support equipment (MSE) will consist of a GPS retransmit capability and dropsonde data collection and processing capability to determine winds at or near planned points of impact. C-17 and C-130 aircraft are PADS MSE hosts. The requirement is for a common, transportable MSE Installation Kit for C-17s and the various models of the C-130 aircraft. The PADS is a roll on/roll off system. PADS Mission System Equipment: The kit will consist of one half ATR line replaceable units for the GPS rebroadcast and dropsonde reception functions and include all cabling to utilize existing aircraft antennas and power receptacles to the maximum extent possible. Aircraft integration should be addressed with a common modular approach that can be used on multiple aircraft. No permanent modifications to the aircraft will be required. PADS General Requirements Note: A "T" following a performance requirement indicates a system threshold requirement. Personnel shall be able to operate and maintain the Mission Support Equipment (MSE) system while wearing: Night Vision Goggles (T) Laser Goggles (T) Cold Weather Gear (Gloves) (T) Flight Gloves (T) Chem Warfare Gear (T) No permanent modifications to the aircraft will be required for installation (T). Mean Time Between Failures (MTBF) for the MSE must be at least 2500 hours (T). MSE Operational Availability (Ao) must not be less than 0.95 (T). The MSE equipment shall meet all environmental and safety conditions consistent with operation on the intended host aircraft (T) Size, weight, power & cables The UHF Dropsonde Receiver and GPS Rebroadcast LRUs shall conform to a ½ ATR rack mountable form factor (T). The MSE Installation Kit shall be packaged such that the transport cases do not exceed the two-man lift weight limit (T). The MSE LRUs shall utilize existing aircraft 28 VDC power outlets and each LRU shall not draw more than 1 amp of current (T). GPS ReBroadcast Requirements The GPS ReBroadcast Sub-System shall include a GPS rebroadcast unit, associated cables, rebroadcast antennas, and installation checkout equipment. The GPS Rebroadcast System shall be able to receive position and time information from aircraft Selective Availability Anti-Spoofing Module (SAASM) compliant GPS (T) and aircraft commercial GPS (T). The GPS Rebroadcast System must have automatic gain control to accept a input signal strength of 17-45 dB from the aircrafts GPS antenna electronics unit (T). The GPS Rebroadcast System must transmit a usable signal to all areas of the cargo compartment for commercial and military GPS receivers so dropsondes, AGUs, and other devices receive the current GPS signal prior to leaving the aircraft (T). UHF Dropsonde Receiver Requirements The UHF Dropsonde Receiver Sub-System shall include a dropsonde receiver and processing unit, dropsondes, cables, and installation checkout equipment. The UHF Dropsonde Receiver Sub-System shall collect near real-time horizontal wind measurements from 25k ft MSL to ground at or near the drop zone with an accuracy of +/- 0.5 meters/second (T). The UHF Dropsonde Receiver shall make use of a host aircraft UHF antenna (T). The UHF Dropsonde Receiver shall have a minimum capability of receiving 4 channels simultaneously (T). The UHF Dropsonde Receiver shall have a nominal reception range of 40 kilometers measured from the host aircraft to the dropsonde (T). Dropsonde Requirements The Dropsonde must transmit in the MET Band (400.15-406 MHz) at a nominal power of 200 mW (T). The operator shall have the capability of changing the frequency on the Dropsonde (T). The dropsonde nominal rate of decent shall be no less than 70 ft/sec (T). Responses submitted should be one copy, a maximum of thirty (30) pages in length, and must be received by 11 June 2008. Request for Information responses may be submitted electronically or regular mail, but require both electronic and hard copies of responses. Firms responding to this announcement should indicate their business size in accordance with the size standard; ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal CAGE Code, and Data Universal Numbering System (DUNS) number. No collect calls will be accepted. Responses should be sent to 653 AESS//PK, (Robert Nolin), 2530 Loop Road West, Room 159, Wright-Patterson AFB, OH 45433-7101. Questions should be directed to Mr. Robert M. Nolin at 937-255-6291, e-mail robert.nolin@wpafb.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9189463c2732763c468fe9f62773f67e&tab=core&_cview=1)
 
Place of Performance
Address: 516 Mobility Systems Wing, 2530 Loop Road West, Room 159, Wright-Patterson AFB, Ohio, 43433-7101, United States
Zip Code: 43433-7101
 
Record
SN01580194-W 20080525/080523215451-9189463c2732763c468fe9f62773f67e (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.