SPECIAL NOTICE
16 -- SOF C-130 Low Probability of Detection/Low Probability of Intercept (LPD/LPI) Terrain Following/Terrain Avoidance (TF/TA) Capability
- Notice Date
- 1/15/2010
- Notice Type
- Special Notice
- 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
- H92222-10-RFI-MC130-LPD_LPI_TF_TA
- Archive Date
- 2/20/2010
- Point of Contact
- Roxanne A. Gerry, Phone: 813-826-5177, Penny R. Petee, Phone: 8138262491
- E-Mail Address
-
gerryr@socom.mil, penny.petee@socom.mil
(gerryr@socom.mil, penny.petee@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. DESCRIPTION: The United States Special Operations Command (USSOCOM) is conducting an Analysis of Alternatives (AoA) for incorporating a Low Probability of Detection/Low Probability of Intercept (LPD/LPI) terrain following/terrain avoidance (TF/TA) capability onto the on the MC-130W, MC-130H and MC-130J. Salient requirements include: a. Safe Terrain Following i. Tolerance of +20%/-15% of selected set clearance in 10 to 15 mm/hour rain ii. Five selectable set clearance planes between 200 and 1000 feet iii. Maintain TF performance in banks up to 30 degrees throughout aircraft speed envelope iv. TF/TA presentation based on terrain data equating to three to four minutes of aircraft travel or 20 nautical miles whichever is less b. At least one active radar sensor to detect terrain, weather, and provide ground map capability c. Low Probability of Detection/Low Probability of Identification characteristics d. A crew selectable alternatives for Active mode (sensor only), Blended mode (combines sensor data with digital terrain and obstruction data), and Passive mode (digital terrain and obstacle data only) 2. OBJECTIVE: The objectives of this RFI are to identify Non Developmental Item (NDI) or commercially available solutions to SOF C-130 avionics challenges and assess technology and manufacturing readiness for possible programming initiatives. 3. SUBMISSIONS: USSOCOM seeks information from responsible sources and interested parties having technical solutions to these requirements that are mature and suitable for fielding in the 2015 to 2017 timeframe. For the purpose of this RFI, the term "mature" means solutions at a Technical Readiness Level (TRL) "6" or higher, perferably TRL 7 or higher. Adaptation of NDI or commercial solutions is encouraged. Proprietary information must be clearly marked. White papers must include authorization to release the data to a government support contractors for the purposes of accomplishing the Analysis of Alternative. Information provided by 5 February will be evaluated for inclusion in the AoA. Please include the name and contact information to allow follow up questions if necessary. 4. SUBMISSION INSTRUCTIONS: Request companies wishing to be participate to email white papers to tilo@socom.mil. The subject line of the email must read "MC-130 AoA" to ensure proper routing. We request the papers describe the technical solution, the expected performance of the system relative to the performance areas identified above, the technology readiness level of the system components and integrated system, and an approximation of the schedule of events to fielding. White paper submissions are limited to ten pages, including attachments. Please include the name and contact information to allow follow up questions if necessary. Responses are due no later than 5 February 2010. 5. USE OF INFORMATION: This notice is part of Government Market Research, a continuous process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies for possible uses of platforms within the military. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. 6. SPECIAL NOTICE: Respondent's attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submission in response to this Request For Information constitutes approval to release the submittal to Government Support Contractors. 7. RESTRICTIONS: U.S. and non-U.S. firms with appropriate Export Control status are permitted to respond to this RFI. Responses to questions from authorized interested parties will be promptly answered and provided equally to all interested parties unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Currently, one-on-one information gathering sessions with respondents are not contemplated. If one-on-one sessions with interested parties are conducted, they will be offered to those responders that meet the requirements for the purpose of clarifying understanding of the submittal and the capability ramifications. Per FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a. The Government does not intend to award a contract on the basis of this Request For Information Notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b. Although "proposal" and "respondent" are used in this Request for Information, your responses will be treated as information only. It shall not be used as a proposal. c. This Request for Information is issued for the purpose of determining available technology to support an AoA for an LPD/LPI TF/TA capability for MC-130 aircraft.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-10-RFI-MC130-LPD_LPI_TF_TA/listing.html)
- Place of Performance
- Address: To be determined, MacDill, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02043840-W 20100117/100115235826-e36129af17428c24dbe42e3148b70deb (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 |