SOURCES SOUGHT
99 -- Request for Information announcement for a 4.2 Ghz- 4.4 GHz band pass filter to support Army Aviation Aircraft
- Notice Date
- 4/14/2022 8:38:16 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- RAD_ALT_RFI_2022200321
- Response Due
- 5/3/2022 2:00:00 PM
- Archive Date
- 05/04/2022
- Point of Contact
- Contract Officer: Adrian L. Epps, Cynthie D. Walters
- E-Mail Address
-
adrian.l.epps.civ@army.mil, cynthie.d.walters.civ@army.mil
(adrian.l.epps.civ@army.mil, cynthie.d.walters.civ@army.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 1. INTRODUCTION: �This announcement constitutes an official RFI as defined in FAR�15.201(e) and DOES NOT constitute a Request for Proposals (RFP) or commitment by the Government to issue an RFP in the future. The Government is not seeking proposals and will NOT accept unsolicited proposals for this RFI. Responses to this RFI notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is not a promise and provides no indication that the Government will consider or contract for the responses. This RFI does not commit the Government to contract for any supply or service. Nor does its issuance obligate or restrict the Government to any particular acquisition approach. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Respondents are advised that the Government will NOT pay for any information or administrative costs incurred in responding to this RFI. Any and �all costs associated with responding to this RFI shall be borne solely at the interested party's expense. All submissions will be become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this RFI. 2. BACKGROUND:� The Program Manager for Aviation Mission Systems and Architecture (PM AMSA) within the Program Executive Office for Aviation (PEO AVN) is interested in receiving information on sources capable of providing a band pass filter with a center frequency of 4.3 GHz and a bandwidth of 200 MHz.� The filter will be used to mitigate potential interference to Radar Altimeters utilized on Army Aviation Aircraft. 3.� PURPOSE:� The purpose of this RFI is to assess current industry capabilities to provide mitigation to potential interference to radar altimeters used on Army Aviation Aircraft. 4.� SYSTEM DESCRIPTION:� Army Aviation Aircraft utiltze radar altimeters to determine the height of the aircraft above ground level.� These radar altimeters utilize a high resolution pulse radar that provides a measurement of absolute clearance over all types of terrain.� The operation of the system is based on the precise measurement of the time for an electromagnetic energy pulse to travel from the aircraft to the terrain below and return. The time of the pulse transmission is compared to the time of the pulse arrival and the resultant time differential is processed to provide the range information.� The altimeters operate in the 4.2 GHz � 4.4 GHz frequency range.� These altimeters are susceptible to Out-of-Band-Interference by newly authorized systems which may cause altimeter failures.� A bandpass filter installed between the receive antenna and the altimeter receive port is expected to mitigate this interference. 5.� SYSTEM REQUIREMENTS: Center Frequency 4.3 GHz Pass Band: 4.2 � 4.4 GHz Bandwidth:� 200 MHz at -3 dB Insertion Loss < 0.5 dB: desired; 1.0 dB max Roll Off at 4.0 GHz:� 55 dB minimum Roll Off at 4.6 GHz:� 55 dB minimum Environmental requirements in accordance with MIL-STD-810H, MIL-STD-461G, and MIL-STD-704 A, B, C, D, and F w/change 1. 6.� REQUESTED INFORMATION:� Identify current products that meet paragraph�5 requirements. For each identified product provide: A Data Sheet or Specification describing the product Frequency Response Curve (measured preferred) Dimensions/size (drawing preferred) Weight Mounting provisions. Airworthiness qualification status Test reports or certifications that demonstrate performance requirements Purchase to delivery time Minimum/maximum monthly production rate Cost of the product and any potential price breaks for quantities up to 10,000 units.� Note this cost data will be used for budgetary purposes only Number of units currently in stock Current Government contracts where this product may be purchased (GSA, etc) Describe your ability to customize current products should the Government determine that additional attenuation is required over what is provided by the current product.� Explain how the unit is not compliant with the paragraph 6 requirements and include an approximate timeline to complete the modification and to bring the customized product to production.� Indicate whether the product of this type is presently being used on military or civil platforrms. Provide any other parameters that should be added to the paragraph 6 specifications that would allow the Government to more clearly define the requirement in a potential future solicitation. 7.� RESPONSE REQUIREMENTS AND FORMAT: All interested parties are invited to respond to this RFI by submitting a white paper of no more than 5 (five) one-sided pages (one page for title page, 4 pages for white paper) excluding Data Sheet/Specifications or Drawings.� Data Sheet/Specifications and Drawings may be submitted as they currently available.� The size of the submittal should not exceed 20�MB.� All submitted white papers shall follow the outline below and be provided in Microsoft (MS) Word Office compatible format or Adobe PDF format and should be free of all computer viruses. �Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12 point Aerial font. Line spacing shall be set no less than single space. Drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10 point font. The white paper outline is as follows: a. TITLE PAGE to include the following: (i) Company or organization name and mailing address (City/State/Zip) (ii) Company web page URL, if any (iii) Point of Contact (name, title, phone number, and e-mail address) (iv) CAGE Code and NAICS Code (v) Based on this NAICS code, Business Size (i.e., large, small, small disadvantaged, veteran owned, woman owned, etc.) (vi) Business Information for any teaming or joint venture partners, if any. (a) Company name and mailing address (City/State/Zip) (b) CAGE Code and NAICS Code (c) Based on this NAICS code, Business size for teaming or joint venture partners (e.g., small, 8(a), women-owned, hub-zone, SDB, Service-Disabled Veteran-owned). (vii) A statement as to whether company (to include for any teaming or joint venture partners) ownership is domestic or foreign (if foreign, please indicate country of ownership. b. Executive Summary c. Product Information requested in Paragraph 6 Proprietary information should be minimized and clearly marked as such (See FAR�3.104-4; 52-215-1(e)).� The Government shall NOT be liable for, or suffer any consequential damages, for any proprietary information not properly identified. White papers shall not contain data that are Classified or limited by International Traffic and Arms Regulation (ITAR) (See DoD Directive 5230.24). 8.� REVIEW PROCESS:� The Government will review white papers to assess the responder's ability to meet the requirements identified by the characteristics in paragraph 6 and 7 of this RFI. The responses will NOT be scored and/or ranked. White papers that fail to comply with the instructions in paragraph 8, or present ideas not pertinent to subject, may not be reviewed. Hard copies of attachments posted to SAM.gov will not be made available. The white papers will be reviewed by USG personnel and their support contractors. To be reviewed, the statement quote mark Releasable to USG Agencies and their supporting Contractors for Review Only quote mark must accompany any proprietary submission. All information provided will be adequately protected. Material from respondent white papers, with the exception of identified propriety information, may be incorporated into future program documentation. 9.� RESPONSE DEADLINE: Submissions of white papers are due no later than 4:00�pm Central Standard Time (CST) on 3 May 2022.� White Papers shall be submitted electronically via the Department of Defense (DOD) SAFE Site File Exchange website (https://safe.apps.mil). Use the following distribution email address as prompted by the site: adrian.l.epps.civ@army.mil. The subject line for the email submission should read: RFI: Altimeter Filter � YOUR COMPANY NAME.� No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government. 10. QUESTIONS OR REQUEST FOR CLARIFICATION: All questions relating to this RFI shall be submitted via email to Army Contracting Command-Redstone (ACC-RSA) point of contact (POC) Adrian Epps, email address: adrian.l.epps.civ@army.mil. NO telephone calls will be accepted. Questions shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is preferred any questions or requests for clarification be received by 4:00 pm CST on 25 April 2022. Responses to the questions received will be answered and posted on this SAM.gov website. The Government reserves the right to not address questions received after 4:00 pm CST on 2 May 2022 . 11. POST SUBMISSION GUIDELINES: White Papers submitted in response to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a White Paper to this RFI will not be prohibited from submitting a proposal if an RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided. � In addition, the Government reserves the right to request presentations only for clarification of technical content and proposed solutions (system/component) addressed in the White Papers received.� The Government will contact the responder for presentations.� Presentations will be held via teleconference only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f4b6712c6744ba6a84db5a7e59e49df/view)
- Record
- SN06298988-F 20220416/220414234154 (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 |