SOURCES SOUGHT
16 -- MQ-8C Maritime Search Radar
- Notice Date
- 7/9/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-PMA266-0029
- Archive Date
- 8/26/2014
- Point of Contact
- Amy Lankford, Phone: 301-757-5897, Rene Y Thompson, Phone: (301) 757-5954
- E-Mail Address
-
amy.lankford@navy.mil, rene.thompson@navy.mil
(amy.lankford@navy.mil, rene.thompson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) SUMMARY This announcement constitutes an RFI notice for market research purposes. This is NOT a Request for Proposal (RFP). NO SOLICITATION DOCUMENTS EXIST. PMA-266 is surveying industry for current Airborne Radar/Antenna capabilities that can serve to meet MQ-8C Fire Scout (MQ-8C) Radar capability requirements. The MQ-8C is an unmanned U.S. Navy vertical lift aerial platform made from a modified commercial Bell 407. The information obtained through this effort will be used to further assist in the formulation of requirements, and acquisition approaches/plans for future investment. Note: Provisions have been made to handle proprietary and classified documentation in accordance with applicable DoD requirements. CONTENT OF RFI RESPONSE To understand each company's radar/antenna equipment, certain data documenting the technology, design, performance characteristics and associated costs are desired. Describe your product(s), their current state of maturity, and GIVE CONSIDERATION to addressing the following questions, where possible and to the extent practical. In addition, any substantiating supplemental background, comparative analysis or trade studies that can be provided will greatly improve the government's understanding of your product(s). GENERAL 1. Provide a general description of the system(s) and/or component(s). The system should be able to meet the following requirements: a. Architecture. Compatible with Ethernet System architecture. b. Interfaces. Comply with common standards (i.e. CD-2, Asterix, Ethernet, TCP/IP, UDP/IP RS-232, STANAG). c. Operational capabilities. Sea Surface Search, Synthetic Aperture Radar (SAR), Inverse Synthetic Aperture Radar (ISAR), and Weather modes are required, equipped with an antenna/array with a minimum of 180 degree Field Of Regard (FOR). Periscope detection and discrimination, Ground Moving Target Indicator (GMTI), High Range Resolution (HRR), maritime classification aids, and radar resource management are desired. d. Operational supportability. This system would be installed on the MQ-8C air vehicle which is planned to deploy on small air-capable ships (e.g. Littoral Combat Ship). e. Remote Control Capability (i.e. capability of being controlled from shipboard MQ-8 control station). Must be capable of being transmitting data on Ku band TCDL. Desired C band TCDL f. System status monitoring capability. System must be capable of monitoring and reporting system status to the operator. g. Data Display. System should have a Plot Extractor, Track Data and Data Formatter capability. h. Size, Weight, and Power (SWaP). Radar system has been allocated the following: i. Size. A total external volume of 12 inches maximum below the aircraft structure with a maximum diameter of 30 inches is allocated for the antenna pedestal and array. Remaining components are allocated a volume of 27 in X 46 in X 20 in internally to the aircraft. ii. Weight. Total system weight excluding the radome is less than 180 lbs. iii. Power. Must be compatible with 28VDC input power with a continuous draw less than 1 kW. 2. Describe your company's integration history on other unmanned or similar sized aerial platforms. 3. Describe the system(s) modes of operation (i.e. operational capabilities, maintenance, standby, limited, other). 4. Describe any power filtering/conditioning before/after going to the system(s) subunits. 5. Is your system(s) currently in production and if so, what is the current production rate? What is the production lead time for your system(s)? If not in production what is the anticipated production start date? Provide the overall system(s) and individual subsystems' Technology Readiness Levels (TRL) and Manufacturing Readiness Levels (MRL) and method used to make the determinations. (Refer to DoD Technology Readiness Assessment (TRA) Guidance, April 2011 for Technology Readiness Level definitions, descriptions and supporting information. For MRL definitions, refer to DoD Manufacturing Readiness Level Deskbook Version 2.0, May 2011.) 6. Does your system(s) contain any critical technology element? Does your system contain any known Critical Program Information (CPI)? Does your system contain any Military Critical Technologies, per the Military Critical Technologies List (MCTL)? PERFORMANCE DESCRIPTION 7. Provide a thorough description of all search modes, to include, but not limited to: a. Field of View (FOV)/Field of Regard (FOR) b. Maximum and minimum detection ranges. c. Resolutions. d. Geolocation, azimuth, and range accuracies. Assume that the MQ-8C uses a LN-251 Navigator. e. Search Frame Times. 8. With regard to the track data; provide the following information: a. Plot and Track Update Rate available to an external display system. b. Data Latency. iv. From beam illumination of target to plot and track data output, at the proposed system output port before the external display system. Include the following processing times in your latency calculations: receiver, signal processing time, plot extractor, plot combiner, sensor tracker and data formatter. c. Track. v. What is the maximum track (provisional and confirmed) capacity of your system(s) tracker? vi. What is the track initiation range and track accuracy of your system(s) for various types of maritime targets (e.g. tanker/cargo, large combatant, small combatant, RHIB, etc.)? 9. What is the Probability of Detection (Pd) for various types of maritime targets for each of your system(s) search modes? Please provide detection curves for each mode against 10 dBsm and 30 dBsm surface targets based on 1 false displayed track per hour given a 30 second declaration time. Assume a Douglas sea state 3 with an operating altitude of 8,000 ft AGL at mid latitudes with clear air propagation. 10. What is the radar system(s) capability of detecting maritime targets in rain conditions? Perform the same analysis as paragraph 8, but use rain conditions instead of clear air. Please include attenuation and backscatter data. Assume a rainfall of 4 mm/hr and a weather cell propagation width of 5 km. Assume that the target is within the rain cell and is moving with the rain. 11. Does the radar system(s) have any environmental operating limitations? 12. What is the operating frequency(s) of the radar system(s)? Is your system(s) Spectrum Certified and/or have a Frequency Allocation? 13. For imaging modes, specify the default resolution ranges that are available. 14. For weather modes, specify the capabilities (i.e. rain density, turbulence, wind shear). INTERFACES 15. What type of system cooling is required? 16. Address your system(s) compliance with Open Architecture standards, and barriers and/or imposed restrictions. Please address your restricted data rights assertions. 17. Provide the following information as it pertains to target output to the external display system: a. Type and format. b. Standards supported. c. Physical connections. d. Supported data rates including plots, tracks, weather, status and control messages. e. Can digitized video be provided as an output? Ethernet Does your system(s) send radar data out over an Ethernet network? 18. What protocols are supported (i.e. IPV4, IPV6, etc.)? 19. Does your system(s) support Gigabit Ethernet data output? 20. Does the system(s) support User Datagram Protocol (UDP), broadcast, multicast? 21. What messages are provided (i.e. status, 3d target position, weather, etc.)? 22. Does your system(s) accept control messages via Ethernet? Identification Friend or Foe (IFF) 23. Can a Government furnished IFF interrogation antenna be co-mounted with your radar system(s)? 24. Is there an IFF system embedded in your system(s)? 25. If the system(s) already has IFF functionality, describe the type of IFF input/output interfaces available (i.e. Ethernet, RF, ACP, Remote Control etc.). SECURITY 26. What security provisions does your system(s) provide and/or require? 27. What is the data storage and download capability of your system(s)? SUPPORTABILITY 28. Provide supportability data of your radar system(s) to include: a. Operational availability (AO). b. Mean Time Between Operational Mission Failure (MTBOMF). c. Mean Time Between Maintenance (MTBM). d. Mean Time To Repair (MTTR). 29. Do your system(s) have an integrated BIT/BITE capability? 30. What is the maintenance philosophy of your system(s)? 31. Identify Special/Peculiar Support Equipment (PSE) requirements. 32. Do any training materials/trainers exist? COST 33. Provide the following Rough Order of Magnitude (ROM) substantiating data to include fees and others charges that convert all costs to the total price. Substantiation should be based on analogous cost history with any adjustments for complexity, work content, etc. 34. Rough Order of Magnitude (ROM) of your system(s) to include: a. An estimate of the non-recurring costs to modify your existing system(s) for installation and operation in the MQ-8C. Assume the SWaP allocation is available for your system(s) installation. Non-recurring costs include qualification to MIL-STD-810 (particular attention to maritime environment), MIL-STD-461 and MIL-STD-704. b. The flyaway cost of the basic system(s) at a rate of 2, 6, and 10 per year. c. Any support equipment, data/pubs, training, and logistics and spares costs (and supporting sparing analysis) to be paid by the Government. RESPONSE SUBMITTAL INSTRUCTIONS Address all inquiries to (POC) Ms. Amy Lankford at (301) 757-5897 or amy.lankford@navy.mil. All responses to this notice must be postmarked no later than 11 August 2014. All responses submitted must specify on the cover page of the response or in the transmittal letter submitted with the response, the business size/status of the organization (i.e., large business, small business, certified 8(a) concern, veteran-owned, hubzone, women-owned, etc.). Small businesses that possess the required capability are encouraged to submit responses to this notice. Interested parties should respond to the RFI with the requested data and provide a single Point of Contact (POC) for any necessary clarifications. All data submissions shall include electronic media, Microsoft Office 2010 compatible, and one hard copy. Send to: Naval Air Systems Command Bldg 441, Rm 134 AIR 2.4.2, ATTN: Ms. Amy Lankford 21983 Bundy Road Patuxent River, MD 20670-1906. **To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices if necessary. If a CLASSIFIED response is required, contact the POC for further instruction. This RFI is issued for the purpose of market research to determine capabilities, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any capability and/or services contained in this notice. Responses to this RFI will not be returned. The Government is only seeking information, current capabilities, and industrial views of future capabilities for informational purposes. No solicitation document exists. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-PMA266-0029/listing.html)
- Record
- SN03419110-W 20140711/140710022936-f6de1bb52178e62f4f9c59f5368b417b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |