SOURCES SOUGHT
A -- MODE 5
- Notice Date
- 8/3/2010
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- MODE5080310
- Archive Date
- 9/2/2010
- Point of Contact
- Jody L Lindley, Phone: 801- 586-9128, James G Thiros, Phone: 801-586-1951
- E-Mail Address
-
jody.lindley@hill.af.mil, james.thiros@hill.af.mil
(jody.lindley@hill.af.mil, james.thiros@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Officer Address Department of the United States Air Force (herein referred to as "Air Force"), Air Force Material Command, OO-ALC/84CBSG/PKR; Attn: James G. Thiros, 6029 Wardleigh Road, Building 1207, Hill Air Force Base (AFB), Utah 84056-5831, commercial phone number: (801) 586-1951. Description This Sources Sought Synopsis constitutes a Request for Information (RFI) to assist Hill AFB. The Air Force is conducting market research of Industry to identify potential contractor sources that may meet Air Force requirements for the development of Mode 5, Identification Friend or Foe (IFF) hardware/software capability upgrade. The Government's development shall entail Mode 5, Level 1(T)/2 (O) (in addition to the current capability to do modes 1,2,3, C and 4) upgrade of the General Utilities Radar Identification and Recognition (UPX)-37 processor to UPX-41 processor standards. Mode 5 capability shall be integrated into the Ground Transportable Radar Detecting and/or Range Bearing (TPS)-75 Radar and Groun d Transportable Special or Combination of Types (TYQ)-23 Operations Module (OM). Hill AFB Control and Reporting Center (CRC), will lead this effort to contract award for the development, integration, validation, test, and support for a developmental pre-production unit.. Development phase will be approximately 24-36 months. Production phase will be approximately 72-84 months. Contract pricing arrangements are being considered. A responding contractor shall provide rationale if a Firm Fixed Price contract arrangement is not appropriate for their solution. Based on the successful development of this effort, the CRC may generate purchase requests ultimately leading to a follow-on production contract award for 40 each Radars, and 70 each OM's as a separate contract. Contract award will contain a one-year basic contract with four, one-year production options through FY 2020. The contractor shall perform continuous Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis and management throughout the effort. As a result of DMSMS management, the contractor shall ensure that, to the extent possible, all parts have multiple repair sources, are readily available to purchase, and ensure that the as-delivered system has no DMSMS issues. Software source code developed under this effort shall be delivered as part of the technical data package. All components implemented in the design shall be separately procurable by the Government. Technology integrated under this effort shall be designed to support the overall system's Mission Assurance Category (MAC) Level II and Confidentiality Level of 'Classified'. Ref: DoD Instruction 8580.1. All components that are being upgraded shall comply with any specific data and/or software requirements. The Government (if the Government has it) shall provide data/software and corresponding data/software rights with the Request for Proposal (RFP). Design shall include engineering, to secure the electronic system OMs under the rigors of relocation by air (plane and helicopter), sea, truck, or rail for 24/7 operation. Ref: DI-NDTI-80809B. New Line Replaceable Units (LRUs) shall have a Mean Time Between Critical Failure (MTBCF) of 15,000 hours. Modified LRUs shall have a MTBCF of no less than the unmodified component. MTBCF shall be demonstrated through analysis per IEC 62380 and referenced report IAW guidance in MIL-HDBK-217. Design shall support a Mean Time To Repair (MTTR) not to exceed 1 hour. Physical design shall be modular in nature with no LRU to exceed 2 man lift. Ref: MIL-STD-1472. The maintenance concept shall be two-level, organizational and depot level. Overall design shall provide the means to diagnose electronic failures down to the LRU level, producing, at a minimum, 95% accuracy with an objective of 99% accuracy. Design shall minimize the need for removal of components in order to replace a given component. Design shall implement electrical overload protection using the guidance in MIL-HDBK-454, Guideline 8. Marking shall be in accordance with MIL-STD-130. Item Unique Identification (IUID) requirements will need to be complied with.. Static Sensitive Device Labeling shall be in accordance with MIL-STD-130 and Packaging shall be in accordance with MIL-STD-2073-1. Cables, Jacks, and Plugs shall be constructed, keyed, and labeled to prevent misconnection. Components shall be Open Systems Architecture/Modular Open Systems Architecture when possible. Design shall not increase the current hours required to perform preventative maintenance. Design should reduce the number of hours required to perform preventative maintenance. AN/TYQ-23(V)5 OM Requirements: The AN/TYQ-23(V)5 shall be able to control the Mode 5 capable AN/TPS-75. Ref: 31S1-2TYQ23-351, 31S1-2TYQ23-261. The AN/TYQ-23(V)5 shall maintain all current functionality and, in addition, shall receive, process, and display Mode 5 data for the Mode 5 formats supported by the AN/TPS-75 and MIG replacement. Ref: 31S1-2TYQ23-351, Mode 5/S Study. Shall process IFF/SIF Mark XIIA track data. Shall process normal, height and MTI radar track data. Mode 5 functionality shall be equivalent in scope to the functionality provided for existing Mode data. Shall provide for similar user actions against Mode 5 interrogator and data as are available for other Modes. Ref: 31S1-2TYQ23-351. System should be upgradable to process Mode 5 level 2 formats 16, 17, 18, 20, and squitter data received from local Radar, remote Radar, or by AN/TYQ-23(V)5 -supported tactical data link. System shall be upgradable to receive and process Mode S reply and squitter data. Shall retain capability to remotely control the radar interrogator from the AN/TYQ-23(V)5. Ref: 31S1-2TYQ23-261. Remote control shall enable interrogator on/off control, mode interlace control, specific target interrogation and shall support emissions control. Shall operate from the existing shelter power system and not draw more current than the present system is configured to supply (i.e., use existing wiring and circuit breakers). Ref: 31S1-2TYQ23-342, 31S1-2TYQ23-254. Solution shall acquire AIMS Platform Certification. Ref: DoD AIMS Form 03-001 and 03-002. Shall operate in the following environmental requirements: Ref: 31S1-2TYQ23-351, ELEX. Shall be compatible with an operating temperature range from 0˚C to 50˚C. Shall be capable of withstanding an operating and storage relative humidity (RH) of 95% RH at 32˚C. Shall be capable of withstanding an operating barometric pressure from sea level to 12,000 ft. Shall be compatible with a non-operating ambient temperature range from -40˚C to +71˚C. Shall be capable of withstanding a non-operating barometric pressure from sea level to 40,000 ft. Shall allow AN/TYQ-23(V)5 - to - AN/TPS-75 Data and Voice Communications. The design shall provide a fiber optic connection between the AN/TYQ-23(V)5 and the AN/TPS-75 for radar data, status, and control communications. Design of the Radar data communications between the AN/TYQ-23(V)5 and the AN/TPS-75 shall implement both ASTERIX (default) and CD2 for radar data communications. The design shall provide for encryption of the communications between the AN/TYQ-23(V)5 and the AN/TPS-75, and shall allow operation in both an encrypted or unencrypted mode (user selected). AN/TYQ-23(v)5 voice communications to/from the AN/TPS-75 shall utilize available communications capabilities of the CIU and organic TDC assets in both local & remote modes of operation. The fiber optic connection shall be capable of operating in a local and a remote mode. Shall include a Local Mode (direct fiber optic connection). The design shall incorporate a current military tactical grade fiber optic connection (cable and connectors) to connect the AN/TYQ-23(V)5 and the AN/TPS-75 in local mode. Ref: MIL-PRF-85045, MIL-DTL-83526, MIL-PRF-49291. The local mode connection shall support cable lengths of 2000 meters and less. The local mode connection should support cable lengths of 5000 meters and less. The fiber optic connection shall be able to support data rates up to 1Gbps. The fiber optic connection data rate shall be user selectable from 32kbps to 1Gbps (and common rates in between; gross throughput, each direction). Redundant Radar Data paths/connections between the AN/TPS-75 and the AN/TYQ-23(v)5 shall be provided for local mode. Switchover to redundant path/connection shall be manual. Switchover to redundant path/connection should be automatic. Shall include a Remote Mode (other than direct fiber optic connection). Design shall reflect the operational reality of AN/TYQ-23(V)5 - to - AN/TPS-75 data rates down to 32kbps when operating in the remote mode and shall support remote mode data rates from 32kbps to 3072kbps (and common rates in between; user selectable; gross throughput, each direction). When operating in remote mode, the redundant Radar Data paths/connections shall be available but only the primary Radar Data path/connection shall be required between the AN/TYQ-23(v)5 and the supporting communications media. Path propagation delays of up to three to six seconds in each direction. AN/TPS-75 Radar Requirements Shall incorporate a Mode 5 Interrogator. Upgrade of current UPX-37 to the UPX-41C. Shall meet the following existing power requirements: 120 V AC single phase, 400 Hz, 5 A/890 VA, Ref: 31P4-2UPX37-1. Shall draw 10% less current than present system. Shall use standard Crypto Keying device. Shall be capable of transmitting and receiving Modes 1,2,3, C, 4, and 5 level 1 formats 0, 1, 2, and 4 Ref: DoD AIMS 03-1000A. Upgradable or Capable to transmit and receive Modes 1,2,3, C, 4, and 5 level 2 formats 16, 17, 18, 20, and squitter. Shall be upgradable or capable to receive and process Mode S replies. Shall provide IFF/SIF Mark XIIA plot data to tracker. Shall provide normal, height and MTI radar plot data to tracker. Interrogator Control. Interrogator transmit control shall be selectively controlled from AN/TPS-75 van or remotely. Interrogator interface control shall be selectively controlled from AN/TPS-75 van or remotely. Interrogator selective azimuth zone interrogation of Mode 4 and 5. Interrogator selective azimuth zone interrogation of Mode 4 or 5 independently. PPI shall display plot data and Digital Target Extractor (DTE) symbology similar to current plots and symbols. Ref: 31P1-2UYQ27-22. Shall display absolute (MSL) height data on PPI. Shall display relative height data on PPI. Current UYQ-27 shall be replaced with a display that does not utilize a CRT. Shall meet the following existing power requirements: 120 V AC single phase, 400 Hz, 10 A, Ref: 31P1-2UYQ27-22. Display shall fit into present PPI area. Provide a useable screen diagonal of 21 inches. The PPI shall display all the 14 videos currently available; 7 selectable at any one time. Shall display symbology as defined in 31P1-2UYQ27-22 Table 6-5. DTE shall process Mode 5 level 1 data and provide to PPI. Shall operate with 120/208 VAC, 3 phase plus neutral, 400 Hz, (Input variation limits: 187 to 229 VAC and 380 to 420 Hz). Shall not exceed present current draw. REF: 31P3-2TPS75-2-1. Upgrade DTE to process and display Mode 5 level 2 data. Upgraded DTE to process and display Mode S data. DTE shall correlate IFF/SIF targets to search returns within 3400 feet in slant range and 3 degrees in azimuth. REF 31P3-2TPS75-2-1. PPI shall be able to display MIG-replacement data output to the AN/TYQ-23(V)5. Shall be able to acquire AIMS Platform Certification. Ref: DoD AIMS Form 03-001 and 03-002. Shall operate in the following environmental requirements: Ref: 31P3-2TPS75-2-1. Shall be compatible with an operating temperature range from -40˚C to 49˚C. Shall be capable of withstanding a relative humidity of 95% RH at 86˚F (30˚C). Shall be capable of withstanding an operating barometric pressure from sea level to 10,000 ft. Shall maintain the following environmental storage parameters Ref: 31P3-2TPS75-2-1. Shall be compatible with a non-operating ambient temperature range from -40˚C to +71˚C. Shall be capable of withstanding a non-operating barometric pressure from sea level to 50,000 ft. Shall be capable of withstanding a shock loading of 20g peak for 10 milliseconds. Function within the physical restrictions of the current MIG rack footprint. Design should minimize center of gravity disruption in all three axis'. Interrogator shall be capable of de-fruiting IFF/SIF replies. Voice communications for the AN/TPS-75 shall be provided by organic assets. The design shall integrate a demarcation panel to provide connection for the POTS or STE equipment provided from organic TDC assets. MIG Replacement Requirements Shall operate from the existing 120 VAC, three phase, 400 Hz, 25A circuit and draw no more than 1.8 KW. Ref: 31S1-2TYQ23-261. Should require no more than 1.6KW. Design shall include the communications requirements listed under AN/TYQ-23(V)5 / AN/TPS-75 radar data communications in the AN/TYQ-23(V)5 Requirements section. Design shall provide notification of degraded communications and indicate when the data to be communicated exceeds the throughput of the communications channel. Design shall retain all current MIG functionality related to receiving and processing radar plot and track data (relocation of functionality permitted) and shall provide similar functionality for specified Mode 5 video and data. This design shall not include the current VCAU functionality. Ref: 31S1-2TYQ23-261, Mode 5/S Study. Shall process Mode 5 level 1 formats 0, 1, 2, and 4. Ref: DoD AIMS 03-1000. Mode 5 video and validated reply data shall be provided to the radar PPI for display. Validated Mode 5 data shall be provided to the AN/TYQ-23(V)5 for display and user actions. Ref: 31S1-2TYQ23-351. Shall accept and process user actions against Mode 5 data received from the AN/TYQ-23(V)5. Ref: 31S1-2TYQ23-351. Objective of being upgradable to process Mode 5 level 2 formats 16, 17, 18, 20, and squitter. Ref: DoD AIMS 03-1000. Objective of being upgradable to process Mode S replies. Shall process IFF/SIF Mark XIIA plot data. Shall process normal, height, and MTI radar plot data to tracker function. Shall tolerate the operational, storage, and transportation limits of the host platform without degradation. Shall function within the physical restrictions of the existing MIG rack and should minimize center of gravity disruption of the AN/TPS-75 shelter. Ref: 31S1-2TYQ23-261. Shall integrate a GPS time source for time stamping and synchronization. Shall incorporate a Tracke.Tracker shall use radar plot as primary for range and azimuth. Three consecutive scans with a return shall be declared a tentative track. Five out of seven scans with a return shall be declared a track. Shall provide three scans of coast mode before dropping track. Logistics/Sustainment A responding contractor shall be able to provide source control/vendor control drawings that provide form, fit, function and specification so that the Government can always identify sources of supply and procure parts in the event that manufacturing sources become scarce or unavailable. Request Each Interested Contractor: Provide programmatic position. If Contractor disagrees or has questions on below programmatic position, please contact the Contracting Officer identified above. The development requirement has "end item" as its primary purpose. This requirement is a "Developmental Item." Will the Contractor's solution be a "prototype/pre-production unit." Provide supporting rationale that your company can meet the requirements identified in this sources sought synopsis. Specifically, include a description of (1) company current capability and experience developing similar systems; (2) company current experience with technical requirements identified for this requirement. Provide highlights of successful past experience on similar Government contracts within the past ten years, and listing name of contract, contract number, and assigned Administrative Contracting Officer (ACO) name and phone number for each contract. Identify company's size and socio-economic status given the above identified NAICS Code, and if contractor is part of a small business/socio-economic program, provide verification. If contractor believes that this requirement has a primary purpose of Service (instead of Supply) and identifies the contractor as a Small Business, indicate (with supporting rationale) if/how the contractor would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning the prime contractor)). Also, identify (with rationale), if the Services Contracting Act would (or would not) be applicable based on the "service employee" definition under FAR 22.1001 and Part 541 of Title 29, Code of Federal regulations. Identify contractor's socio-economic status. Identify (with rationale) if your company does not find the identified delivery schedule reasonable. Identify your company's ability to provide a COTS based solution. Verify willingness and capability to deliver Mode 5 capabilities outlined in this RFI. Must provide drawings, data, and software necessary for the maintenance and/or competitively contracted maintenance, and to have a complete competitive technical data re-procurement package. The response must clearly indentify all data rights assertions on any and all software, hardware, drawings or data that would be included in the technical data package. The response must identify, as a rough order of magnitude (ROM), what percentage of the total cost/price would be for furnishing all drawings, data, and software in the manner indentified above; this percentage must only include the portion of the drawing-data-software cost/price that is not part of the actual development effort (e.g. intrinsic value for extra rights on proprietary drawings-data-software that the contractor already has). The response must also identify as a ROM what percentage of the total cost/price would be for the development effort as a result of not having the necessary Mode 5 technical data and software. Finally a responding contractor must be able to provide installation of all Radar, OM, and Level 1 "Train the Trainer" for thirty individuals with materials for the Engineering Development Model to be used as a baseline for training requirement development and successful Operational Test and Evaluation by an Independent Government Agency. Responses are due no later than close of business 18 August 2010. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought Synopsis. This is not a RFP or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the bases of this sources sought synopsis/request for Information o otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/MODE5080310/listing.html)
- Record
- SN02226872-W 20100805/100803235351-87b0516b331ef54aef992d98e9278bc0 (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 |