Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

58 -- ENHANCED VISION SYSTEM

Notice Date
January 11, 2001
Contracting Office
ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
ZIP Code
01731-2103
Solicitation Number
F19628-01-R-0021
Response Due
February 12, 2001
Point of Contact
Christine Baron, Contracting Officer, 781-377-9304
E-Mail Address
Click Here to E-mail the POC (christine.baron@hanscom.af.mil)
Description
The Global Air Traffic Operations/Mobility Command and Control System Program Office (GATO MC2 SPO) is investigating the potential use of Enhanced Vision System (EVS) technology for aviation use in the precision approach, landing, taxi, and takeoff environments. The objective of this Request for Information (RFI) is to obtain market research data to assist in preliminary acquisition planning. Respondents are requested to provide current product information to include EVS architecture, types of sensors used, processing, interface, and Head Up Display (HUD) / Helmet Mounted Display (HMD) requirements. This is an RFI only. It is not a Request for Proposal, solicitation, or an indication that the government will contract for these supplies. The government will not pay for information received in response to this RFI. This RFI is for equipping military aircraft (i.e. C-130 and C-17) with EVS technology that supports precision approach, landing, taxi and departure from tactical/austere airfields and landing zones in Instrument Meteorological Conditions (IMC) conditions down to 0 feet ceiling and 700 feet visibility minimums with little or no ground infrastructure. The ideal system must operate in smoke, fog, light rain and snow, and light blowing sand, and provide full performance in precipitation up to 11 millimeters/0.43 inches per hour. The system must also be capable of: 1) Pitch and roll stabilization to plus or minus 15 degrees of pitch and 30 degrees of roll, 2) Wire detection in the landing environment within the required field of view, 3) Discerning landing zones, hardened surface or not, 2200 feet long x 50 feet wide or greater at 1.0 Nautical Mile (NM) from the Landing Zone (LZ) at 500 feet AGL or greater for assault landings in IMC both day and night. 500 feet and 1 NM are acceptable, 250 feet and 0.75 NM is preferred. The requirement for rotary wing applications (i.e.MH-53 and CV-22) would be to identify an LZ 200 feet x 200 feet at 100 feet AGL at 1 NM. 4) Ensure aircraft separation from obstacles during landing, rollout, taxi, and departure to ensure minimum wing-tip clearance of 150 feet during landing, rollout and takeoffs and a minimum of 25 feet during taxi operations (Field of View criteria). 5) Departure capability must give presentation sufficient definition to allow operator to ensure terrain/obstacle clearance up to enroute terrain following altitudes of 250 feet AGL fixed wing, 100 feet AGL for rotary wing. Also, please provide information on any current and/or prior testing accomplished, to include civil certification activities. CRough order of Magnitude (ROM) cost estimates and schedules are also desired. The request for EVS cost information and cost estimates may include but is not limited to the following; component unit costs, non-recurring development, integration, modeling and simulation (including weather modeling), system test, software development, production tooling, program development costs and production schedules. The Government is also interested in any possibilities for delivering the requested capabilities in phased blocks to minimize aircraft down time and provide a landing capability first. Interested parties should provide product information meeting the above stated requirements no later than 30 days from date of this notice. All respondents are requested to indicate if they are a US company, large business, small business, small disadvantaged business, 8(a) concern or women-owned small business. In addition, contractors will indicate whether or not their equipments and services are offered through the GSA schedule or any other government-wide agency Contract. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. All correspondence relating to this matter should be directed to ESC/GAK, Attn: Ms Christine E. Baron, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103, Christine.baron@hanscom.af.mil. The Government may solicit firms meeting the screening criteria in this synopsis.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010116/58SOL001.HTM (D-011 SN50A7B7)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com