Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
SOURCES SOUGHT

58 -- Request For Information for AN/FPN-63(V) Precision Approach Radar (PAR) Replacement and Instrument Landing System (ILS) Replacement

Notice Date
4/14/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-14-RFI-0160
 
Archive Date
5/14/2014
 
Point of Contact
Angelo J. Imperiale, Phone: 7323232475, Christine Yezzo,
 
E-Mail Address
angelo.imperiale@navy.mil, christine.yezzo@navy.mil
(angelo.imperiale@navy.mil, christine.yezzo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD), Air Traffic Control Division is is soliciting information and comments from industry for Commercial Off-the-Shelf (COTS) Precision Approach Radar (PAR) systems to replace the AN/FPN-63(V) PAR at Navy Installations COTS replacement for fixed-base PAR capabilities at U.S. Army installations, and COTS Instrument Landing System (ILS) replacement for U.S. Navy installations. The AN/FPN-63(V) PAR has been in use by the U.S. Navy since approximately 1978. The economic useful life of the current PAR system is nearing, and sustainment capability has degraded. The U.S. Navy has a requirement to replace PAR systems in order to extend the life of the PAR. In addition, several U.S. Navy installations have purchased stand-alone ILS systems to service their respective airfields. The U.S. Navy is interested in the replacement of stand-alone ILS systems for a single configuration ILS system installed at the required installations. GENERAL TECHNICAL REQUIREMENTS: Below are general technical requirements of the PAR and ILS systems. • PAR & ILS GENERAL REQUIREMENTS The PAR & ILS shall comply with the unrestricted facility classification commissioning flight inspection tolerances for precision approaches as defined in the U.S. Standard Flight Inspection Manual (NAVAIR 16-1-520). • PAR GENERAL REQUIREMENTS The replacement PAR shall meet all requirements as defined in International Civil Aviation Organization (ICAO) Annex 10, Volume I, Section 3.2. The PAR shall be capable of servicing a minimum of eight (8) runway approaches with a maximum time of five (5) minutes to reconfigure from one approach to any other available approach. The PAR Replacement shall provide for Ground Controlled Approaches to 100 feet altitude and 0.25 nautical miles (NM) from touchdown point. • ILS GENERAL REQUIREMENTS The ILS functionality shall meet all requirements as defined in ICAO Annex 10, Volume I, Section 3.1 for Category II ILS approaches. The ILS shall provide service to a minimum of three (3) aircraft within 10 NM of the touchdown point. • ENVIRONMENTAL REQUIREMENTS The PAR and ILS shall meet the environmental requirements as specified in MIL-STD-810G. • TEMPERATURE Operating Temperature: 0⁰ F to +122⁰ F Non-Operating Temperature: -80⁰ F to +160⁰ F • HUMIDITY Operating and Non-Operating Relative Humidity: 0 to 95% non-condensing • ALTITUDE Operating and Non-Operating Altitude: at -100 feet to 10,000 feet • WINDS Wind Speed for Operating: 65 knots Wind Speed for Non-Operating: 100 knots • ELECTROMAGNETIC INTERFERENCE (EMI)/ELECTROMAGNETIC COMPATIBILITY (EMC) REQUIREMENTS The PAR Replacement shall be designed to meet the EMI/EMC requirements as specified in MIL-STD-461F as described in Table V for Ground, Navy equipment to include CE102, CS101, CS103, CS104, CS105, CS114, CS115, CS116, RE102, RE103, RS101, RS103 and RS105. • PAR AND ILS ACHIEVED AVAILABILITY (Aa) Achieved availability is measured by the following equation: The PAR Aa shall be greater than or equal to 0.99. • PAR & ILS MAINTENANCE PERIODIC INSPECTION AND PREVENTIVE MAINTENANCE Periodic inspection requirements and preventive maintenance inspections will be sufficient to ensure the system meets the availability requirement specified in PAR AND ILS ACHIEVED AVAILABILITY (Aa). Time to complete all schedule maintenance tasks shall not exceed 1 hour per week. • MEAN TIME BETWEEN FAILURE (MTBF): Mean Time Between Failure is used to measure the system reliability. It is calculated by dividing the total system operating time by the number of failures requiring corrective maintenance actions. The MTBF shall be sufficient to meet the Achieved availability requirement. • MEAN TIME TO REPAIR (MTTR): MTTR is calculated by measuring all potential maintenance actions from the time a failure is identified until the system is brought back to a full operational status. As an example, this would include the time to power down the system, troubleshooting time, removal and replacement of the failed item, system power-up and verification of system repair actions. The MTTR shall be sufficient to meet the Achieved availability requirement. • FAULT DETECTION: The PAR and ILS shall have built-in-test capable of detecting greater than 90% of all detectable faults. • FAULT ISOLATION: The PAR and ILS built-in-test shall be capable of isolating detected faults to 1 L • FALSE ALARM RATE: A false alarm is an indication of a fault where no fault exists. The Mean Operating Hours Between False Alarms (MOHBFA) for the PAR and ILS shall be greater 500 hours. • MANPOWER AND PERSONNEL: Manpower requirements will be a consideration factor. • SAFETY The PAR Replacement shall not be comprised of toxic chemicals, hazardous materials, or ozone-depleting substances, and shall not be produced using manufacturing processes that have a detrimental impact upon the environment, from the time of design and manufacture through its life-cycle. The PAR and ILS operational user interface shall be designed in accordance with paragraphs 5.1 and 5.2 of MIL-STD-1472F • SYSTEM ALIGNMENT To verify system accuracy after preventive and corrective maintenance or prior to flight operations, the PAR and ILS shall provide a method to align the antennas to the designated target (i.e. corner reflector) location and display the alignment data on the display. • PAR AND ILS INPUT POWER REQUIREMENTS The PAR shall be compatible and operate with either of the following power sources: primary commercial electrical power or backup power. PRIMARY COMMERCIAL ELECTRICAL POWER 120/208 VAC, 60 Hz, 4 wire, three phase, 12.8 KVA • UNINTERRUPTIBLE POWER SUPPLY (UPS) The PAR shall be compatible with an UPS which shall provide in-line filtering of commercial power and provide instant protection from a momentary power interruption. The UPS shall have the capacity to power the PAR display and processor to allow for orderly shutdown. The contractor shall provide detailed information regarding UPS specification, size and location within PAR shelter. • PAR AND ILS REMOTE OPERATION The remote operation capability of the PAR and ILS shall be up to 10,000 feet (Threshold), and should be up to 16,000 feet (Objective). • PAR FREQUENCY RANGE The PAR Replacement shall operate in a frequency range currently approved for U.S. military radar systems (9000-9160 MHz). The PAR Replacement shall operate in accordance with Radar Spectrum Engineering Criteria B (RSEC-B) requirements, as specified in Chapter 5 of the National Telecommunications and Information Administration (NTIA) Manual of Regulation and Procedures for Federal Radio Frequency Management. • PAR TRAINING DEVICE The PAR Replacement shall have an embedded capability to provide proficiency training for PAR operators (radar final controllers). This training capability shall provide simulated precision approaches, which include simulated target generation, voice response, and simulated weather. ADDITIONAL INFORMATION: The goal of this RFI is to explore the technical aspects of the components of this requirement. The Government is seeking capabilities of industry to assist in identifying COTS features and solutions that are available to meet the general requirements described above to provide PAR and ILS functionality to multiple installations. In addition, the Government is seeking available COTS solutions to provide a single solution for both the PAR and ILS replacement. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed fifteen (15) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI, as well as, identification of long lead item(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Please submit your response to this RFI (not to exceed 15 pages) via email no later than 2:00PM E.S.T Tuesday, April 29th, 2014 to the following individuals: Ms. Christine Yezzo at christine.yezzo@navy.mil Mr. Angelo Imperiale at angelo.imperiale@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-RFI-0160/listing.html)
 
Record
SN03338384-W 20140416/140414235039-e85732d489fe549fea48ea243dd3c522 (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.