SOURCES SOUGHT
58 -- Expeditionary Precision Approach Radar (EPAR) system
- Notice Date
- 8/2/2023 12:54:02 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-NORFP-TPM213-8223
- Response Due
- 9/1/2023 1:00:00 PM
- Archive Date
- 09/16/2023
- Point of Contact
- NickiAnn O LaBriola, John Britt, Procuring Contracting Officer
- E-Mail Address
-
nickiann.o.labriola.civ@us.navy.mil, john.e.britt10.civ@us.navy.mil
(nickiann.o.labriola.civ@us.navy.mil, john.e.britt10.civ@us.navy.mil)
- Description
- NOTICE This Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting, and any costs incurred are not considered allowable direct charges to other contracts or tasking. The information provided will be used by the Government for market research planning purposes in order to compile technical and operational data for defining an Expeditionary Precision Approach Radar (EPAR) system for use by the United States Marine Corps. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. Classified responses will not be accepted. BACKGROUND US Navy Program Executive Office Tactical (PEO(T)) Air Traffic Management Program Office (PMA-213) is conducting market research to identify possible sources in the commercial marketplace capable of providing precision approach capability.� This Precision Approach Radar (PAR) system is to be employed by the Aviation Combat Element of the Marine Air-Ground Task Force (MAGTF). �A MAGTF is unique within our nation's Joint Force, providing integrated combat capabilities across land, air, sea, and cyberspace domains. �MAGTF provides commanders with flexible, lethal, agile, and persistent capabilities to meet a wide spectrum of combat, combat-support, and special purpose requirements. �To effectively employ aviation assets, the MAGTF and Joint Force Commander must ensure the safe, orderly, and expeditious flow of air traffic with reliable and effective Air Traffic Control (ATC). �The ability to provide this assured ATC to aircraft is a vital capability of MAGTF and Joint Forces. �Precision Approach capability must be operational in all climatic conditions, terrain, and the unique geographic locations deployed. PARs are force enablers that provide continuous all weather, precision aircraft position enabling Air Traffic Controllers to give necessary course corrections to the pilot on final approach. DESCRIPTION The EPAR will provide air traffic separation, final approach course metering, precision and non-precision approach guidance and Instrument Meteorological Conditions recovery operations as desired/required for aircraft operating in Marine Corps controlled airspace and/or at Marine Corps terminal airfields, landing sites or zones at Division, Corps, and Echelons Above Corps.� Key Performance Parameters (KPPs) and Key System Attributes (KSAs) for the EPAR are as follows: Transportability Threshold: Transportable by a trailer capable of being towed by a USMC prime mover Objective: Transportable in transit case(s) and assembled by a team of four Marines in compliance with MIL-STD-1472H, Section 5.20. Transportability Threshold: Capable of rail, air (internal and external), sea, and land transport certification aboard standard Marine Corps transport means Objective:� Threshold = Objective Multiple Touchdown Point Capable Threshold: Provide a method to service multiple touchdown points, one at a time, without invalidating the system certification. Objective: Threshold = Objective Multiple Touchdown Point Switching time Threshold: Time from indication to change touchdown point to operations should be less than 10 minutes Objective: Time from indication to change touchdown point to operations should be less than 5 minutes Target Capacity on Final Approach Threshold: 4 simultaneous targets Objective: 6 simultaneous targets Target Capacity in Service Volume Threshold: 13 simultaneous targets Objective: 26 simultaneous targets System Load Shedding Threshold: Load shedding shall not cause the system to drop a target being controlled on approach Objective:� Threshold = Objective External Connections Threshold: Open two way communication with AC2SN for target receipt and radar control Objective: Open two way communication with other Command and Control (C2) systems for target receipt and radar control Range Coverage Threshold: 7.5 nautical miles from touchdown point Objective: 14 nautical miles from touchdown point Azimuth Coverage Threshold: +/- 10 degrees Objective: +/- 15 degrees Elevation Coverage Threshold: -1 to +6 degrees Objective: -1 to +8 degrees Range Accuracy Threshold: +/- 2% of true range Objective:� Threshold = Objective Azimuth Accuracy Threshold: Greater of 30 feet or 0.34 degrees from runway centerline Objective:� Threshold = Objective Elevation Accuracy Threshold: 0.1 degrees Objective:� Threshold = Objective Range Resolution Threshold: Resolve two targets separated by 400ft Objective:� Threshold = Objective Azimuth Resolution Threshold: Resolve two targets separated by 1.2 degrees Objective:� Threshold = Objective Elevation Resolution Threshold: Resolve two targets separated by 0.6 degrees Objective:� Threshold = Objective Target Track Update Rate Threshold: Once per second Objective: Five times per second Target size, Radar Cross Section (RCS) Threshold: Minimum 1 square meter Objective: Minimum 0.5 square meter Probability of detection for minimum target size in clear conditions Threshold:� Pd = 0.90 Objective: Pd = 0.95 Probability of detection for minimum target size in rain clutter conditions Threshold: Pd = 0.85 Objective: Pd = 0.90 Rain Clutter Near Performance Threshold: Meet all performance requirements in rain rates of up to 0.75 in/hr within the first 2.2 nautical miles between the target and antenna Objective:� Threshold = Objective Rain Clutter Far Performance Threshold: Meet all performance requirements in rain rates of up to 0.56 in/hr from 2.2 nautical miles to the maximum range of the antenna Objective:� Threshold = Objective False Track Rate Threshold: Not to exceed 20 per hour under the rain clutter conditions Objective:� Threshold = Objective Power input Threshold: Supportable by Marine Expeditionary Power Objective:� Threshold = Objective RESPONDENT DATA Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they have performed similar efforts on other Government contracts. �All interested parties are encouraged to submit company and product literature in a white paper that shall not be longer than 10 pages. � Respondents to this RFI should provide a description of their equipment and capabilities to include the following information: � Does a comparable Commercial of the Shelf (COTS) or a Non Developmental Item (NDI) exist that meets these requirements or will Non-Reoccurring Engineering (NRE) be needed? If NRE is required, provide estimated duration. System accuracy, resolution and capacity capabilities highlighting range (nautical miles) and altitude (feet), azimuth accuracy, range accuracy, and operating frequency range System input power requirements and power consumption System reliability based on actual usage if available (mean time between failures, mean time to repair should be provided at minimum) Number of aircraft that the system can simultaneously track Environmental Engineering data IAW with MIL-STD-810H Environmental Engineering Considerations and Laboratory Tests Packing, Handling and Storage data IAW with MIL STD-1367 Packaging, Handling, Storage Transportability Requirements For Systems And Equipment Set up and takedown times Deployment configurations Production lead-time Established logistics support HOW TO RESPOND Responses to this RFI must be submitted electronically in Portable Document Format (PDF) and delivered via email to the following address: nickiann.o.labriola.civ@us.navy.mil and john.e.britt10.civ@us.navy.mil�� � Responses shall include the following: � Company Name Address Point of Contact (include phone number and email address) CAGE Code and Data Universal Numbering System (DUNS) number Web Page URL Company�s country of ownership. If the company is foreign owned, provide evidence of valid Special Security Agreement (SSA) with Department of State. North American Industry Classification System (NAICS) code relevant to your company�s response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Respondents shall submit written responses, not-to-exceed ten pages in length, via electronic mail. Interested parties shall respond within thirty (30) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. �Respondents should include product specifications with submission and proof of certifications. �Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. �The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. �Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.� Please submit your unclassified response to this RFI (not to exceed ten (10) pages) via e-mail no later than 01 Sept 2023. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. �Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. �THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. �IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. �This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or 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 US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. �Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. �All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. �The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. �All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. �The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. �Proprietary information will be safeguarded IAW the applicable Government regulations. �Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. �Information provided in no way binds the Government to solicit or award a contract. �If a solicitation is released, it will be synopsized on the Federal Business Opportunities (SAM.GOV) website: www.sam.gov. �It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dbe6281e4d404dd8b5e6733e1a55b044/view)
- Record
- SN06774407-F 20230804/230802230053 (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 |