SOURCES SOUGHT
15 -- Request for Information (RFI) for the purpose of preliminary planning for potential acquisition of an Armed Aerial Scout (AAS) Platform.
- Notice Date
- 12/10/2010
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- AMCOM Contracting Center - Air (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-11-R-0161
- Response Due
- 1/6/2011
- Archive Date
- 3/7/2011
- Point of Contact
- james.ganoe, 256-313-4266
- E-Mail Address
-
AMCOM Contracting Center - Air (AMCOM-CC)
(james.ganoe@peoavn.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Introduction This is a Request for Information (RFI) under the provisions of FAR 15.201 entitled "Exchanges with industry before receipt of proposals". The US Army, Armed Scout Helicopter Program Office, Redstone Arsenal, AL is seeking information for a manned Armed Aerial Scout (AAS) system. This RFI, issued in accordance with FAR 15.201(e), is issued for the purpose of preliminary planning for potential acquisition of an AAS platform and is not a Request For Proposal (RFP). The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. A response to this notice is not an offer, and cannot be accepted by the Government to form a binding contract. 1.1 RFI Intent The US Army seeks responses to the specific points identified in the attached Appendix A. The requested information is for planning and market research purposes only and will not be publicly released. It is the Government's intent to use this information for internal use only and not release it outside the Government Study Group. Of specific note, respondents should understand that the information requested via this RFI is NOT intended to be a follow-on to the information previously provided in the Request for Information/Sources Sought Notice W58RGZ-10-R-0175 issued 26 January 2010, but instead is requested to obtain the respondent's past performance relative to other platforms. 2.0 Future Acquisition Plans There is no guarantee that the AAS program will be approved; however, if approved, one acquisition strategy may be a full and open competition at a future date, but no determination has been made at this time. 3.0 RFI Respondent Instructions Respondents to this RFI are requested to address their responses in accordance with the below Appendix A. Respondents shall limit the number of pages to 15 pages. Respondent's submission should consist of responses to Appendix A and must be provided via CD only, and only in.pdf format. Two (2) copies on CD are requested. No hardcopy submittals will be accepted. 3.1 It is requested that comments and input be submitted to the address below no later than 1:00 CST, 6 January 2011. Personnel from The Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CE) will review industry responses. Government support contractors from the following companies (Wyle Aerospace, Qinetiq Systems Engineering Group, and University of Alabama Huntsville) will assist in the review of any data provided by respondents to this request for information. A non-disclosure agreement has been signed by the above support contractors with the Government that precludes them from disclosing any data outside of the Government. Accordingly, respondents are requested to provide concurrence in their submissions that the data that is submitted may be reviewed by the above listed ARH Project Office support contractor employees. All information will be handled by PM ARH as For Official Use Only. 3.2 This notice is not an RFP. The Government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Proprietary information must be clearly marked. Any questions may be directed to the Contracting Officer, Mr. James Ganoe, via email only, to the following e-mail address: james.ganoe@peoavn.army.mil. No questions or responses will be provided tlephonically. 3.3 The mailing address for responses to this RFI is: U.S. Army Aviation and Missile Command, ATTN: CCAM-AR-B/Mr. James Ganoe, Contracting Officer, Room 100, Building 5681, Wood Road, Redstone Arsenal, AL 35898. Hand delivery of the requested CDs is acceptable. If hand delivered, delivery must be made to the front desk of Building 5681 on Wood Road, Redstone Arsenal. Call (256) 313-4266 for pick up. Appendix A Please provide the following data for your historical analogous manned / unmanned aircraft programs (military and/or commercial aircraft): Programmatic Items: Aircraft name/designation. Related government service & agency POC (if applicable). RDT&E: Duration of Technology Development (TD) phase in years. Duration of Engineering and Manufacturing Development (EMD) phase in years. Duration of entire RDT&E phase in years. Initiation of RDT&E phase (month and year). Technology Readiness Level (TRL) of critical technology elements at initiation of RDT&E phase (1-9, as defined by DoD). TRL of critical technology elements at completion of RDT&E phase (1-9, as defined by DoD). Total quantity and composition of technology demonstrators developed. Total quantity of partially configured prototypes developed. Total quantity of fully configured prototypes developed. RDT&E Costs (BY10$) incurred during the TD phase -- Broken into Recurring & Non-Recurring. RDT&E Costs (BY10$) incurred during the EMD phase -- Broken into Recurring & Non-Recurring. Top five recurring and top five non-recurring cost drivers for the TD phase. Top five recurring and top five non-recurring cost drivers for the EMD phase. Procurement: Total procurement costs (BY10$) -- broken into Recurring & Non-Recurring. Average Procurement Unit Cost (APUC) (BY10$). Program Acquisition Unit Cost (PAUC) (BY10$). Total units produced. Production rate (units per year). Aircraft unit production cycle time in days. Definition of unit (aircraft, etc). Overall production learning curve experienced (%). Initiation of Production phase (month and year). Top five recurring and top five non-recurring production cost drivers. Aircraft Performance Characteristics and Physical Attributes (MCP at MGTOW & Standard Sea Level): Max Gross Takeoff Weight (MGTOW) (lbs) Max Landing Weight (lbs) Max Payload Weight (lbs) Crew Size (qty) Troop Transport Capacity (qty) Endurance (hrs) Reliability / Maintainability (MTBF, etc) Mission Payloads (lbs) Maximum Cruise Speed (mph) Maximum Speed (mph) Rotor Diameter (ft) Rate of Climb (ft/min) Aircraft Length (ft) Aircraft Height (ft) Aircraft Wingspan (ft) Empty Weight (lbs) Maximum Operating Altitude / Ceiling (ft) Engine (shp) Thrust per Engine (lbs static thrust) Number of Engines Range at Empty, MGTOW, and Max Payload (nm)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3652e44a3be49513920b5ef75b187a4f)
- Place of Performance
- Address: AMCOM Contracting Center - Air (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02342387-W 20101212/101210234048-3652e44a3be49513920b5ef75b187a4f (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 |