Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

16 -- Dual Band Decoy Request for Information

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-20-RFPREQ-PMA-272-0009
 
Archive Date
8/21/2018
 
Point of Contact
Evan Riedell, , Shannon Buckalew,
 
E-Mail Address
evan.riedell@navy.mil, shannon.buckalew@navy.mil
(evan.riedell@navy.mil, shannon.buckalew@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY - REQUEST FOR INFORMATION: The Naval Air Systems Command is issuing this Request For Information (RFI) as part of a market survey to obtain technical and program related information useful to support a Dual Band Decoy (DBD) materiel solution analyses and acquisition strategy refinement, to provide off-board countermeasures protection for the F/A -18E/F. The Government seeks information on concepts for the DBD and the maturity of those associated technologies. The information will be used for initial planning and cost estimation for the program and for potential design approaches and technology demonstrations. Potential development and delivery schedules are critical and a rapid acquisition strategy may be employed. DBD system components of interest include the canister housing, decoy aerobody, internal electronics and antennas, towline cable, payout and brake mechanism, and connector and bulkhead interface assemblies. Specific information sought is cited below. Government Furnished Information (GFI): A Draft DBD Performance Specification containing information that may be useful to potential participants is available to all Contractors that have a valid and appropriate classified facility clearance. RFI Response Content: The Government requests information to support the development of capabilities against modern RF threat radars in support of the DBD program. The DBD program is intended to serve as a replacement for the ALE-55 Round Assembly (T-1622/ALE-55(V)) and ALE-50 Advanced Airborne Expendable Decoy (AAED) (RT-1646E/ALE) currently deployed onboard the F/A-18E/F. Specific information sought is identified in subparagraphs (a) through (j) below. RFI responses need not address all of the content areas identified and may be limited to a specific relevant technology or capability. The following requirements establish objective levels of performance for the DBD system. a. Electrical and Radio Frequency (RF) P erformance R equirements : The DBD system shall meet the performance requirements for frequency coverage, receive sensitivity, Effective Radiated Power (ERP), antenna spatial coverage, and number and types of jamming responses, per the Draft DBD Performance Specification. Specifically, the DBD shall meet all current ALE-55 performance requirements, plus the expanded RF requirements defined in the Draft DBD Performance Specification. The DBD system should be fully compatible with all existing aircraft electrical interfaces associated with the current ALE-55 Electronic Frequency Converter (EFC) ( CV-4334/ALE-55(V) ), ALE-50 Integrated Multi-Platform Launch Controller (IMPLC) (CD-108B/ALE-50(V)), T-3F Launcher (D-71/ALE-50A(V), and Magazine (MX-12196/ALE-50A(V)). •b b. Mechanical Performance and Interface Requirements: The DBD Round Assembly shall be compatible with the T-3F Magazine and Launcher. Mass properties for the DBD Round Assembly (and internally stowed DBD) should be as close as possible to either the ALE-55 or ALE-50 round decoy assemblies. The DBD shall be compatible with the CCU-136A/A Impulse Cartridge for deployment and sever. •c c. Flight Envelope Performance Requirements: •1. Stowed: The stowed DBD system flight envelope shall be the same as the F/A-18E/F Limits of the Basic Airframe (LBA). Refer to the Draft DBD Performance Specification for further definition. •2. Deployment and Tow: Refer to the Draft DBD Performance Specification for further definition. •d d. Hardware A-Kit Limitations: The Government's objective is that no additional hardware modifications shall be required to integrate the DBD system. However, information that addresses trades and concerns toward achieving size, weight, prime power, and cooling (SWaP-C) objectives may be submitted for review and consideration. •e e. Performance Trades: The Government also seeks information on performance trades that may allow delivery of improved capabilities in a compressed timeline or with a reduced cost. Strategies that deliver improved capabilities and/or reduce the number of configurations (if applicable) incrementally are also of interest. •f. f. Subsystem Technology Maturity: Subsystem technologies should demonstrate system maturity in a relevant environment to allow for program entry into the Engineering and Manufacturing Development (EMD). Alternative requirements may also be proposed to mitigate or remove technology challenges while still meeting key performance goals. The Contractor should provide sufficient analysis to justify the associated Technology Readiness Level (TRL) of the components and technologies offered for consideration. •g g. Leveraging of Existing System Integration and Technology: Related to paragraph "f" above, the Government encourages industry to identify existing systems or subsystems from other programs that may be leveraged so long as industry can show how it will reduce costs, schedule, and/or risks to the program. The Contractor should identify any modifications necessary for the re-use and those areas in which the re-use will benefit the Government, such as, but not limited to, production economies of scale, maintenance and sparing commonality, and common code bases. If the re-use is of a proposed subsystem with Critical Program Information (CPI) designated components, identify the CPI designated components within the proper classification constraints. •h h. Product Support: The Contractor should identify the potential impacts that the proposed product or technology may have on existing support equipment, maintainer skill sets, and long-term support at all three levels of maintenance. Include the impacts stemming from modifications and re-use of existing subsystems and changes to the OML. Also include any impacts that concepts may have on tactical, carrier based operations (e.g. cooling systems and how they support shipboard use). •i. i. Reliability and Maintainability (R&M): Provide R&M impacts for the subsystem concepts to include maintainer accessibility, service and shelf life impacts, Organizational-Level remove and replace/repair times, and reliability. •j. j. Modeling and Simulation (M&S), Test and Evaluation (T&E): The Contractor may propose types of testing required, testing facilities needed (both industry and Government), conceptual test timelines and alternative methods of testing to assist in reduction of the volume of tests. Identify M&S capabilities that may aid in evaluating prime power, ERP, antennas field of view, bandwidth, component efficiencies and cooling parameters. RFI Responses: Please respond to this RFI by the closing date specified above. Responses should be limited to no more than 50 pages and may be sent via email or regular mail. Receipt will be acknowledged by the Government, but the submissions will not be returned. Use of Microsoft Office (PowerPoint, Excel, Word, and Project) or Adobe products is required. Mailing addresses for the RFI responses are provided at the end of this announcement. Responses can be accepted at all classification levels. Responses classified SECRET or below should include a cover letter that identifies the RFI reference number, and should be sent to the point of contact listed in the section "RFI Response Mailing Addresses" below. Responses classified other than SECRET, shall be coordinated via PMR 51, functioning as the Navy & Marine Corps Office of Primary Responsibility (OPR). For further clarification regarding that process, please contact Mr. Scott Orosz (202-284-2247, scott.orosz@navy.mil ) or Mr. Scott Kinkade (202-284-2234). Responders submitting other than SECRET concepts must already be in compliance with all relevant and applicable security requirements. Document Markings: It is incumbent upon sources providing responses to this RFI to accurately mark all data with all appropriate data rights, distribution and classification markings. Classified information must be provided in accordance with the applicable Security Classification Guide(s), be appropriately marked (including portion marking), and comply with all the requirements of applicable DD 254 - Contract Security Classification Guide. Interested sources are advised that the employees of commercial firms under contract to the Government may serve as technical reviewers of information provided in response to this RFI. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary/classified information) to employees of these organizations. All employees of these organizations that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data. Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government. Disclaimer: This RFI DOES NOT constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any Contractors or entities that respond to this announcement. Additionally, any costs incurred by interested Contractors in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. Technical Library: A Technical Library containing information that may be useful to potential industry partners is located at the DTIC Combatant Command (CCMD) Classified Reading Room, 8725 John J. Kingman Road, Fort Belvoir, VA 22060. Please visit " http://dtic.mil " for further instructions on how to request access to the CCMD Classified Reading Room. Only the Draft DBD Specification is currently available for viewing. The information contained therein is notional and intended for informational purposes only. RFI Response Mailing Addresses: UNCLASSIFIED responses may be sent to: Shannon Buckalew: Shannon.buckalew@navy.mil CC Evan Riedell: evan.riedell@navy.mil OR Naval Air Systems Command Attn: Shannon Buckalew 47123 Buse Road, Bldg 2272 Suite 453 Patuxent River, MD 20670 CLASSIFIED responses at SECRET or below may be sent to: Joseph Murias: joseph.murias@navy.smil.mil OR Outer Envelope: Department of the Navy Program Executive Office, PMA 272 Tactical Aircraft P rograms 47123 Buse Road Suite 535 Patuxent River, MD 20670-1547 Inner Envelope: Department of the Navy Program Executive Office, PMA 272 Attention: Joseph Murias, AIR-4.5.18 47123 Buse Road Suite 535 Patuxent River, MD 20670-1547 CLASSIFIED responses other than SECRET: Coordinate via PMR 51, functioning as the Navy & Marine Corps Office of Primary Responsibility (OPR). For further clarification regarding that process, please contact Mr. Scott Orosz (202-284-2247, scott.orosz@navy.mil ) or Mr. Scott Kinkade (202-284-2234).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-20-RFPREQ-PMA-272-0009/listing.html)
 
Record
SN04996600-W 20180720/180718230842-5d9f1400ce0ebac9975893415fe5eac4 (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  © 1994-2020, Loren Data Corp.