Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
SOURCES SOUGHT

10 -- Common Missile Warning System (CMWS) and Advanced Threat Infrared Countermeasure (ATIRCM) Hardware; System Engineering, Technical, and Logistic Support Services

Notice Date
12/31/2014
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-15-R-ASE1
 
Response Due
1/30/2015
 
Archive Date
3/1/2015
 
Point of Contact
Fletcher Seldon, 256-842-4660
 
E-Mail Address
ACC-RSA - (Aviation)
(fletcher.a.seldon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Contracting Office: Department of the Army, Army Contracting Command - Redstone, Building 5303 Martin Road, Redstone Arsenal, Alabama 35898-5000 Subject: Common Missile Warning System (CMWS) and Advanced Threat Infrared Countermeasure (ATIRCM) Hardware; System Engineering, Technical, and Logistic Support Services Synopsis: This announcement is a Sources Sought (SS)/Request for Information (RFI) for market research. Information is to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. This announcement is not a Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future. No solicitation is available at this time, nor is there an estimated date of solicitation release at this time. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue an RFP at some future date, another notice will be published. The Program Management Office -Aircraft Survivability Equipment (PMO ASE) is seeking sources and information for a Common Missile Warning System (CMWS), AN/AAR-57, and an Advanced Threat Infrared Countermeasure (ATIRCM) System, AN/ALQ-212, spares, and engineering and technical services to include contractor logistic support programs. The PMO ASE is anticipating a limited/minimal CMWS systems/spares production program, technical services, engineering support, and logistics services for both CMWS & ATIRCM over the next 5 years. ATIRCM services will be required upon the receipt of valid services requirements. The CMWS systems shall be installed on rotary and fixed-wing aircraft to detect the launch and flight of Surface-to-Air Missiles (SAMs) and provide audible and visual warnings to the aircrew. The CMWS must be integrated to meet the flight and operational environment requirements of the DOD's rotary wing aircraft such as UH/MH-60. CH/MH-47 & AH-64A/D. No changes to existing configurations will be permitted. System integrity shall be maintained. The CMWS must be integrated to meet the flight and operational environment requirements of fixed-wing aircraft, such as RC-12, C-12 & UC-35. The CMWS includes the Improved Countermeasure Dispenser (ICMD) that activates expendables to provide the missile countermeasures. The ICMD shall have the capability to monitor munitions firings upon a system or manual cue. The ICMD is capable of being loaded with, and dispensing three or more types of expendables, such as flares, chaff and smoke/aerosols. The CMWS shall be composed of the following components; an Electronic Control Unit (ECU) supporting up to 6 Electro Optical Missile Sensors (EOMS) and up to 4 ICMDs where an ICMD is defined as 1 sequencer and 2 smart dispenser payload modules. The ATIRCM shall be used in-conjunction with CMWS, and consist of (2) IR-Jam Heads, (2) MBL IR-Jam Lasers (2) Optical Couplers and (2) Jam Head Control Units used on the CH-47D/F aircraft. The CMWS shall maintain established interfaces with the UH/MH/HH-60, CH/MH-47, AH-64, RC/UC/C-12 and UC-35 aircrafts and do not require unique configurations, or software loads, for installation on aircraft of the same type. The systems must be fully compatible and interoperable with existing systems without any changes to system configurations. Interested sources must be able to provide Form, Fit and Functional equivalent Shop Replaceable Units (SRU) spares for the AN/AAR-57's already fielded to the DOD. The engineering service is anticipated to include, engineering study and analysis, advanced IR missile jam code development, system software development and sustainment, logistics, system integration and installation, and testing support services. The effort is envisioned to provide support for all CMWS systems already fielded as well as CMWS systems that will be produced within the follow-on production contract. The interested source shall support a Contractor Logistic Support effort involving Field Service Representation, Engineering support, Documentation and Training support, Deployment support, Depot Repair and Maintenance of the AN/ALQ-212(V), and the AN/AAR-57(V) during the same time period of the spares production contract, potentially supporting a total of approximately 2400 CMWS and 83 ATIRCM in the field concurrently. The Government does not possess a verified and validated Technical Data Package for the AN/AAR-57 or the AN/ALQ-212, suitable for competition at this time. Any interested sources shall be required to provide written details of their experience with the similar systems technology, details of complex equivalent production capabilities meeting that of the anticipated quantities. The CMWS is considered critical mission-essential equipment used abroad by all rotary-wing and most fixed-wing aircraft. It is the core element of the Suite of Integrated Infrared Countermeasures (SIIRCM) concept and is a U.S. Army Acquisition Category 1 (ACAT 1) Program. The CMWS Program is satisfying the Army's requirements for enhanced aircraft survivability against Infrared (IR) guided threat missile systems. The CMWS is the Aviation infrared survivability capability provider for the Future Force. It will also complement, supplement and interface with other Aircraft Survivability Equipment (ASE) to provide broad-spectrum platform protection. Enhancements will continue to significantly reduce aircraft and aircrew casualties and permit extended operations within battle space environments populated with threat missiles. The CMWS configurations vary by platform; currently, there are 12 system versions. The CMWS performs missile detection and classification, false alarm rejection, and missile declaration functions. The CMWS also sends a missile alert signal to on-board avionics and other ASE. In turn, visual and aural warnings to the aircrew are provided by on-board avionics systems. Commands are issued to dispenser systems to eject decoys to provide for expendable countermeasures against an incoming infrared missile. Each Electro-Optic Missile Sensor (EOMS) collects in-band electromagnetic radiation, converts it to electrical signals, and supplies these signals to the Electronic Control Unit (ECU). The ECU analyzes this data to determine the existence of a missile threat. If a threat exists, the ECU transmits missile threat messages to the APR-39 for further processing, threat display, and audio cueing or the ECU transmits audio directly to the Inter-Communications System (ICS) and displays the threat via the Control Indicator (CI) or Multi-Function Display (MFD). Both the visual and aural indications provide threat type and relative position information to the pilots. If the ECU determines that a missile launch has occurred, it supplies a command signal to the sequencers. The sequencers process the Dispense Command Signal and sends a flare launch command to the dispensers, firing a flare solution. Providing the CMWS is armed, a flare solution will dispense automatically in an attempt to counter the incoming missile associated with that interaction. The Digital Control Display Unit (DCDU) for CI, located in the cockpit, provides both the pilot and co-pilot with interface to the CMWS. The DCDU and CI display system status information, Improved Countermeasure Dispenser (ICMD) inventory, and software version number. In the event of an ECU failure, the MODE switch on the DCDU can be set to BYPASS to allow manual dispensing of munitions. This effort would be a follow-on contract to W58RGZ-13-D-0245. Indefinite Delivery Indefinite Quantity (IDIQ) Contract utilizing Firm-Fixed Price delivery orders for CMWS hardware and Cost Plus Fixed Fee (CPFF) task orders for the AN/AAR-57(V) Common Missile Warning System (CMWS) System Engineering, Technical, and Logistics Support services for both the CMWS and OT-255/ALQ-212(V) Advanced Threat Infrared Countermeasures (ATIRCM) Systems. RESPONSES: All interested parties should submit a written response to this SS/RFI no later than 30 calendar days after issuance of this RFI release date. Responses shall be limited to 15 one-sided pages. Submissions shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but is not limited to the following: (A) Company History: A one page history to include previous major products and primary customer base. (B) Past Experience Information: List your company's experience within the last five years for work of a similar size, type, and complexity as described above. Include the following information: Contract Number, type of contract, Dollar value of contract, Government Point of Contact with knowledge of performance (POC must be current and reachable). (C) Additional Information: Knowledge of the IR Countermeasures Systems that would demonstrate a technical/logistics capability to support the CMWS and ATIRCM in the field. Knowledge of the hardware and software changes necessary to update the threat table for current and future changes. Ability to perform testing for performance verification tests. Government's consideration of the company as a prospective contractor for systems engineering, technical and logistics support services, including the handling of classified information up to the Secret level. SUBMISSION INFORMATION: Interested offerors shall respond to this sources sought synopsis no later than 1200 CST (RSA, AL) on Thursday 29 January 2015. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit your response for this market research to Ms. Cassandra Boyd, Contracting officer, Email Address cassandra.t.boyd.civ@mail.mil All responses to this synopsis should be sent via email. ADDITIONAL INFORMATION: There is no commitment by the USG to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this SS/RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. The information provided in the RFI/SS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI/SS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. All information received in response to this SS/RFI that is marked Proprietary will be handled accordingly. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All information received in response to this SS/RFI that is marked Proprietary will be handled accordingly. Responses to the SS/RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/694b751f3130fe23da43185e29715bcd)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03606929-W 20150102/141231233802-694b751f3130fe23da43185e29715bcd (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.