Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1996 PSA#1642

HQ ESC, Communications and Airspace Management Systems, Contracting Office (TGK), 11 Eglin Street, Hanscom AFB, MA 01731-2120

17 -- JOINT PRECISION APPROACH AND LANDING SYSTEM (JPALS) REQUEST FOR INFORMATION (RFI) POC Mr. William H. Bailey, Contracting Officer, 617-377-9220; Ms. Rosa Shannon, Contract Specialist, 617-377-4883; Capt. Don Johnson, Program Manager, 617-377-8917. REQUEST FOR INFORMATION -- The Electronic Systems Center (ESC) of Air Force Material Command (AFMC) is requesting available information to assist in an Analysis of Alternatives (AoA) for potential aircraft precision approach and landing systems. 1. INTRODUCTION: The operations in Bosnia further demonstrated the need for improved landing systems which allow aircraft to accomplish precision landing in adverse weather conditions. This shortfall was one of several deficiencies delineated in an August 8, 1994 Mission Need Statement highlighting the need for enhanced precision approach and landing capability to satisfy both land and sea-based operations. The objective of this request for information is to assist the DoD in its analysis of different precision landing system alternatives. 2. BACKGROUND: Recently, the DoD began an Analysis of Alternatives (AoA) to illuminate the relative advantages and disadvantages of alternative precision landing systems which may satisfy program objectives while minimizing cost and schedule objectives. To accomplish this task, the Air Force, Navy, and Army have established a Joint Precision Approach and Landing System (JPALS) Integrated Product Team (IPT) to provide a comprehensive AoA in the context of operational scenarios to satisfy current and future operational requirements. JPALS is considered to be a potential Acquisition Category (ACAT) ID program due to the integration impact on DoD aircraft and the implications for Allied and civil interoperability. The following are key JPALS objectives: (a) Enable US forces to land on any suitable surface worldwide (land and sea) in either peacetime or hostile environments while operating in adverse weather conditions. (b) Provide interoperability with the US civil aviation community under the Federal Aviation Administration policies as well as international civil and Allied aviation community requirements mandated by the International Civil Aviation Organization and North Atlantic Treaty Organization (NATO). Systems with potential for international cooperative development and standardization are of interest. (c) While a full spectrum of landing systems and technologies will be evaluated, primary emphasis will be placed on commercial off-the-shelf and non-developmental systems which minimize cost and schedule. Potential dual use (military and civil) systems and technologies are of significant importance. 3. INFORMATION REQUESTED: Information supplied in response to this RFI should be concise and limited to the specific areas requested below. Backup information may be supplied to supplement the formatted response as necessary. (a) The following performance information is requested: 1. Description of recommended precision approach and landing system. Include operational concept, system components, power as well as other on-board aircraft requirements (e.g., data buses, heads-up-display, etc.), weight, and size. 2. System accuracy, integrity, continuity, reliability, and availability. 3. Performance in adverse weather, terrain, and aircraft environments. 4. Number of personnel required to setup, operate, and support the system. 5. Number of simultaneous aircraft serviced including coverage and range flexibility. 6. Susceptibility to jamming, interference, spoofing, and detection/intercept. 7. Potential for interoperability in civil, foreign, and Allied airspace. (b) The following cost and schedule information is requested: 1. Estimated development, integration, production, operations, and maintenance costs. Highlight cost drivers as well as other costs which maybe traded-off with performance. 2. Estimated acquisition schedules for development, production, and deployment. Also, include status of design development and maturity, lab/flight testing, production, certification by authority, and deployment. 3. Historical cost data regarding operations and maintenance of CAT I, II, or III avionics and ground systems. 4. Innovative concepts for integration and installation of systems in the DoD aircraft. (c) The following operational information is requested: 1. Modeling and simulation tools that the respondent has used to accomplish requirements and sensitivity analyses for precision landing. 2. Innovative concepts to expedite precision approach and landing system flight inspection at tactical runways, airstrips, and landing zones worldwide in all weather conditions. 3. Ability to perform shipboard approach and landings. 4. Other potential capabilities and uses not directly classified as approach and landing. 4. ADDITIONAL INFORMATION: The respondent submits information at their own risk, submission of a response to this request will not obligate the Government in any manner. The Government will not reimburse the respondent for any cost associated with information submitted and is under no obligation to award any related contract associated with this request. Proprietary or restricted information should be marked as such and will be protected and used only for the purposes of this RFI. This RFI does not constitute an invitation for bid or request for proposal. Any procurement action for JPALS will be the subject of a separate, future announcement. Responses to this RFI shall be submitted by August 16, 1996 addressed to HQ ESC/TGK, 11 Eglin St., Hanscom AFB, MA 01731-2120, Attn: Ms. Rosa Shannon. An informational meeting will be conducted August 5, 1996 at the MIT Lincoln Laboratory, South Lab Auditorium, Building 1302S, starting at 9:00 a.m. at Hanscom AFB, MA. If you plan to attend this information meeting, please contact Ms. Linda Grasso, (617) 377-4181, with the names and affiliation of attendees (no more than two per organization). JPALS information is currently available on the OSD C3I Acquisition Home Page at the following address: www.dtic.mil/c3i/c3ia/jpals.html. A dedicated JPALS worldwide web site will be established in the near future. (0201)

Loren Data Corp. http://www.ld.com (SYN# 0349 19960722\17-0001.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page