Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

99 -- Future Attack Reconnaissance Aircraft (FARA) Request for Information - FARA Mission Systems

Notice Date
4/28/2020 2:48:20 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
FARA-Misson-Systems-RFI-13APR2020
 
Response Due
5/15/2020 2:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Blanche Wilson-Noack, Phone: 2568764390
 
E-Mail Address
blanche.m.wilson-noack.civ@mail.mil
(blanche.m.wilson-noack.civ@mail.mil)
 
Description
Description Title: Request for Information (RFI): FARA Mission Systems Description: The FARA Project Manager (PM) seeks information on potential mission systems to be integrated and qualified on the FARA aircraft during engineering and manufacturing development (EMD) with eventual transition to production and fielding. Information provided as part of this RFI will inform FARA risk reduction activities and near-term aircraft configuration decisions. As a follow-up to this RFI, the FARA and Future Long Range Assault Aircraft (FLRAA) Project Offices are planning a combined Industry Day event in Huntsville, AL in summer 2020. Details will be provided to all RFI participants at a later date. Information Sought: The FARA PM requests information on mission systems for qualification and integration on the FARA aircraft. The responses to this RFI and subsequent Industry Day will inform trades analysis and the program strategy for the FARA Program of Record (PoR). The Government is seeking qualification, performance, integration, supportability, and affordability information for candidate mission systems. The Government is particularly interested in solutions that: Generate minimal aerodynamic interference (drag reduction) Centralize capabilities into a multi-functional component (weight/power reduction) Utilize hardware agnostic software (weight/power reduction) Adhere to open architecture standards for evaluation in open architecture environments. This includes standard and modern high-speed data bus interfaces (e.g. gigabit Ethernet, ARINC 664, Time Triggered Protocol, Time Sensitive Networking) and support for software loaded on an aircraft mission computer (e.g. FACE standard Platform Services Segment Software component). Systems should be described at the physical and interface level in a model-based representation (e.g. OMG SysML, SAE AADL, CAD) Adhere to cybersecurity requirements such as confidentiality, integrity, and availability Can be integrated into the FLRAA aircraft for commonality FARA Mission Systems Domains Sensors: Sensor systems and fused sensor systems capable of providing pilotage through a solid state staring array covering 360 degrees in degraded visual environments (DVE), day/night air and ground targeting at close, mid, and extended ranges to maximize target acquisition capabilities and support all munition types, low-light and wire/obstacle detection, radar detection, radar interferometry, weather detection, terrain avoidance, and situational awareness. Software that minimizes pilot workload through fusion of multiple sensor inputs and artificial intelligence to aid in pilot decision-making. All sensor data should be capable of internal transmission to pilot head-up displays and multiple cockpit displays and external transmission to other systems in the operational environment. Communications: A multi-band and single band communications suite capable of providing line of sight and beyond light of sight communications in HF, VHF (AM/FM), UHF (AM/SATCOM), Link 16, advanced networking waveforms, Blue Force Tracking, workload-reduced manned/unmanned (MUM) teaming through Level of Interoperability (LOI) 5, identification/transponders, and internal communications. Aircraft Surveillance capable of Mode 5 Level 2 out/in, Mode 5 Level 2 Broadcast, Automatic Dependent Surveillance � Broadcast (ADS-B) In/out, and interrogation of air and ground threats. The FARA PM is interested in a comprehensive suite that minimizes weight, simplifies integration for future modifications/upgrades, and is fully integrated with and conformant to the aircraft open system architecture. Navigation: Aircraft navigation sets capable of legacy and next generation civil navigation modes in VHF Nav/ILS, TACAN, Doppler, EGI with M-code encryption, and assured precision navigation and timing (A-PNT), and Digital Terrain Elevation Data (DTED) assisted visual-based solutions for aerial navigation in GPS denied environments and under Instrument Meteorological Conditions (IMC). The FARA PM is also interested in solutions and software applications that support supervised autonomy / optionally-manned flight. Survivability: Aircraft Survivability Equipment to provide spherical coverage of the host platform in order to defeat the FARA threats. Aircraft survivability systems capable of detecting RF, IR, and laser threats. Missile warning systems capable of threat launch detection.� Hostile fire systems capable of ballistic fire detection. Countermeasure systems capable of protecting against RF and IR threats. Electronic Warfare (EW) to include RF jamming systems. The FARA PM is interested in a comprehensive ASE suite that minimizes weight, can be fused with aircraft navigation and pilotage systems, and fully integrated with and conformant to the aircraft open architecture. Infrastructure / Digital Backbone: Components, technologies and standards that support and complement the Government�s MOSA objective to enable rapid development, integration, and modification of mission systems and enhanced mission systems capabilities by qualified third-party integrators without air vehicle OEM involvement. Data Fusion: Technology that enables fusion of multiple aircraft data inputs to support creation of a synthetic operating picture to improve mission effectiveness and reduce crew workload. Pilot Interface: Heads up / helmet mounted displays that are high definition, color-capable, and night-vision device compatible. Cognitive decision aiding tools such as voice activation technology, 3D audio, and other cueing capabilities. Effectors: Fully-integrated 20mm cannon with minimum 180 degree, desired 360 degree of azimuthal coverage and 60 degree elevation coverage. RFI Response Instructions Responders can respond to a single or multiple mission systems domains.� For each unique system solution, responders must provide an overall system description in addition to completing Enclosure 1 included with this RFI.� Enclosure 1 provides guidance on mission solution information sought by the Government as well as a response form.� If a section of the provided template is not applicable to the Responder�s solution, a response of �Not Applicable (N/A)� can be used. Additional information can be provided in the Enclosure 1 format if desired. A separate response form is requested for each unique system solution. Instructions for Submission This Request for Information (RFI), issued in accordance with FAR 15.201(e), is for the purpose of preliminary planning and is not a Request for Proposal (RFP) or solicitation.� This RFI does not commit the Government to a contract or an agreement for any supply or service. The issuance of this RFI (and any subsequent industry day event) does not obligate or restrict the Government to an eventual acquisition approach, nor does it obligate the Government to issue a solicitation. Unsolicited proposals or any other kinds of offers will not be considered or accepted by the Government to form a binding contract. The information provided in this RFI is subject to change and is not binding on the Government. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this RFI. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. Proprietary information should be clearly marked. No classified documents will be included in your response.� Please be advised all information submitted in response to the RFI becomes the property of the US Government and will not be returned. All information received in response to this RFI marked ""proprietary"" will be handled accordingly. The Government will utilize non-Government personnel (support contractors) to review responses to this RFI. Markings on the submissions in response to this RFI should reflect the information is releasable to DoD support contractors solely for the purposes stated herein. The participating support contractor companies will be precluded from submitting a response to this RFI or any potential subsequent solicitation for this effort. Responses to this RFI shall not exceed total email file size of 9MB. Responses exceeding this limit will not be received by the Government. Responses shall not exceed 25 single-sided pages on 8.5 x 11 size paper and shall not include a font size smaller than Arial 10. All responses shall be submitted via email to the email address listed below. Test data or reports substantiating the performance, TRL, MRL, and IRL should be included as attachments and are limited to 100 pages, provided total email file size as listed above will not be exceeded. The summary information provided in the Attachment(s) will not count against the page limits. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information shall be submitted). RFI Responses should include: Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address Point of contact, including: name, title, phone, and email address Size of company, average annual revenue for the past three years, and number of employees Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business This RFI will be open from date of publication through 15 May 2020. Information may be submitted by a governmental or nongovernmental entity including commercial firms, institutions of higher education and with degree granting programs in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses must delivered by 1600 Central Time on 15 May 2020 to: usarmy.redstone.peo-avn.mbx.pm-fara-rfi@mail.mil Any questions regarding this posting must be directed to the following email:��������������������������� usarmy.redstone.peo-avn.mbx.pm-fara-rfi@mail.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. ----------------------------------------------------------------------------------------------------------------------------------------------------------- Clarification:� Please limit your response to 25 pages per technology solution, Enclosure 1 does not�count toward the page count.� Test data or reports substantiating the performance, TRL, MRL, and IRL should be included as attachments and are limited to 100 pages per technology solution, provided total email file size as listed above will not be exceeded. Responders (Cage Code) can respond to a single or multiple mission systems domains. Each technology solution submitted in response to this RFI shall not exceed total email file size of 9MB. Clarification:�� Enclosure 1 , Tab 2 , RFI Response Form Change From:� Projected MRL @ 2QFY23 Change to:� Projected MRL @ 1QFY27
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b0299586f3a743f98f72102b5bad2220/view)
 
Record
SN05638736-F 20200430/200428230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.