Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
MODIFICATION

16 -- Degraded Visual Environment Solution

Notice Date
1/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
DVE01062016
 
Archive Date
2/23/2016
 
Point of Contact
William V. Walton, Phone: 4789267525
 
E-Mail Address
william.walton.2@us.af.mil
(william.walton.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): Degraded Visual Environment Solution for Rotary Wing Aircraft CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of a Degraded Visual Environment Solution for Rotary Wing aircraft for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The Government does not own or have access to the data for this item. In accordance with FAR 52.215-3: a. The Government does not intend to award a contract on the basis of this solicitation 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 "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. c. This solicitation is issued for the purpose of market research. INSTRUCTIONS: 1. Below is a document containing a description of the Degraded Visual Environment solution requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to William Walton, 478-926-7525, william.walton.2@us.af.mil REQUIREMENTS DESCRIPTION Degraded Visual Environment Solution for Rotary Wing Aircraft PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of a Degraded Visual Environment (DVE) Solution for Rotary Wing Aircraft. Existing system capabilities do not provide adequate situational awareness of uncharted terrain/obstacles for safe flight operations in Degraded Visual Environments (DVE). Enroute DVE created by low visibility conditions can result in Controlled Flight into Terrain (CFIT) or other manmade/natural obstacles. Takeoff and landing DVE created by rotorwash-induced brownout/whiteout conditions cause loss of visual reference with the ground/obstacles at low altitudes and airspeeds. Loss of visual reference during these critical phases of flight significantly increase the risk of dynamic rollover and hard landing that often results in aircraft damage/loss and/or personnel injury/death. A system is required to sense and display uncharted enroute and terminal area terrain/obstacles to enhance aircrew situational awareness for additional safety during DVE operations. The DVE solution should meet the following requirements: • The system shall provide aircraft navigation/pilotage capabilities in both day and night DVE conditions. • Aircrew should be able to easily identify enroute hazards such as terrain, antennas, wires, and poles. Aircrew should be able to easily identify terminal area hazards such as poles, vehicles, fence posts, wires, ditches, berms, holes, and large rocks. • Precision approach/landing cues should command navigation to a landing point with no more than 5 kts forward velocity, zero aft velocity, and no more than 1 kt lateral drift. Cue commanded descent rate should not exceed 100 FPM at touchdown. • The system should detect and display wires at a minimum range of ≥1 km, and should incorporate a Terrain Awareness and Warning System (TAWS) which will alert aircew of hazards based on terrain/obstacle databases and real time sensor data. • The system should integrate with existing HH-60G sensor, display, navigation, and flight management systems to the maximum extent practical.And shall not be mounted on the aircraft so as to cause or create damage when full aircraft weight is on ground. • The system shall be composed of line replaceable units (LRU) that are normalized in the Air Force supply system and replaceable at the organizational level.   CONTRACTOR CAPABILITY SURVEY Degraded Visual Environment Solution for Rotary Wing Aircraft Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 334511 Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). (Previous notice posted on 06 Jan 2016 contained an incorrect response due date of 26 Feb 2016) Written responses, no facsimiles or e-mails please, must be received no later than close of business 08 February 2016. Please mail two (2) copies of your response to: AFLCMC/WIUKB Attn: William Walton 235 Byron Street, Suite 19A Robins AFB, GA 31098-1600 Questions relative to this market research should be addressed to William Walton, 478-926-7525, william.walton.2@us.af.mil.   Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5. Are there specific requirements in the documentation that we provided that would currently preclude your product from being a viable solution to our requirement? 6. What experience do you have in Downgraded Visual Environment (DVE) enhancements for rotary wing aircraft? 7. From your experience, can you describe the enhancements (sensors) you use to address DVE issues? 8. Do you provide support for these enhancements? If so, can you describe the support you provide? 9. Provide the estimated weight and attachment point(s) for your DVE solution. B. Hardware Production Questions: 1. Describe your capability and experiences in the manufacturing/fabrication of components with regard to the requirements of this effort. 2. Include a detailed listing of facilities and equipment required to satisfy the requirements of this effort. 3. Describe your capabilities and experience in test and evaluation processes/procedures with regard to manufacturing items. 4. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? C. Engineering Services and Software Development Questions: 1. Is your company's software development processes certified to the Carnegie Mellon Capability Maturity Model? If so what level of certification have you achieved and what is the date of your certification. 2. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 3. Describe your experience in integrating a system into an aircraft's Operational Flight Program (OFP). Commerciality Questions: Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/DVE01062016/listing.html)
 
Place of Performance
Address: 235 Byron St. Suite 19A, Robins AFB, Georgia, 31098-1670, United States
Zip Code: 31098-1670
 
Record
SN03986783-W 20160110/160109132732-e167901b1cdee6a10d06485b50b2d07b (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.