Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2014 FBO #4729
SOURCES SOUGHT

16 -- Sense and Avoid Air-to-Air Radar Capability - SAA RFI Attachment 1 - SAA RFI Attachment 2

Notice Date
11/3/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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-P7-PMA-262-0029
 
Archive Date
1/2/2015
 
Point of Contact
Jeffrey A. Norris, Phone: 3019954846
 
E-Mail Address
jeffrey.a.norris@navy.mil
(jeffrey.a.norris@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Response Template Operating and Performance Requirements REQUEST FOR INFORMATION PMA-262 Developmental efforts to produce a Sense and Avoid (SAA) radar capability for Triton have failed to produce a design that meets performance and manufacturing requirements to successfully implement this critical technology. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. 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 Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Naval Air Systems Command (NAVAIR) in support of PMA-262 is surveying industry for Airborne Radar/Antenna capabilities that can serve to meet MQ-4C Triton Unmanned Aircraft System (UAS) SAA Radar capability requirements. The information obtained through this effort will be used to further assist in the formulation of requirements, and acquisition approaches/plans for future investment. The MQ-4C Triton UAS [previously referred to as Broad Area Maritime System (BAMS)] will provide persistent maritime Intelligence, Surveillance and Reconnaissance (ISR) capability in support of a full Range of Military Operations (ROMO). To execute this mission set, the MQ-4C UAS will require worldwide airspace access to include the U.S. National Airspace System (NAS), international, and foreign airspace. The requirement to operate globally dictates that the MQ-4C UAS possess capabilities that will comply with civil and military airspace operating regulations, including the U.S. International Civil Aviation Organization (ICAO) ANNEX 2, Section, 3.2, U.S. Code of Regulations (CFR), Part 91.111 and 91.113, and Department of Defense Instruction (DoDI) 4540.01. These regulations address Pilot in Command (PIC) responsibilities for maintaining safe separation, and avoiding collisions with other aircraft and provide requirements guidance for development of an Alternative Means of Compliance (AMOC) to these regulations. The SAA Air-Air Radar system shall be designed to fit within defined Size, Weight and Power (SWaP) constraints of the MQ-4C UAS, and that the system be modular and scalable for application in other Type/Model/Series (T/M/S) UAS. Furthermore, the SAA Radar must be capable of operating in a wide-range of natural, induced and air-traffic environments expected over the MQ-4C life-cycle, during all phase of flight. Due to performance impacts associated with ground clutter, it is anticipated that an on-board air-air radar may require supplemental capability from ground based radars when operating in the terminal environment, below certain altitudes. As such, SAA radar development growth provisions (spiral acquisition accomplished via an incremental approach) to address near term operational needs, with future requirements/standards maturation within the civil and military aviation airspace should be identified. A modular, scalable design, coupled with an incremental development approach is envisioned. The SAA system shall provide initial operating capability for Due Regard operations as defined in DODI 4540.01. Based on the MQ-4C Triton mission profiles, Attachment 1 provides insight into the expected operating and performance requirements system. 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 address the questions provided in Attachment 2, where possible and to the extent practical. Interested parties are requested to respond to this RFI by completing Attachment 2. 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 in a white paper. White papers in Microsoft Word for Office 2010 compatible format are due no later than 18 December 2014, 1700 EST. Responses shall be limited to 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 pt. Times New Roman or Courier New. A two sided page will be considered one page for the purpose of counting the 20 page limit for Section 2 and submitted via e-mail only to Daniel.Haertle@navy.mil with 45 of days of the publication date of this RFI. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This RFI is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, the information from the vendor responses may be used in formulating requirements for a RFP. Vendors are advised that NAVAIR uses consultant contractors to assist in review of RFI information and appropriate non-disclosure agreements are included in these support contracts. Section 1 of the attachment shall not be included in the 20-page limitation, it shall provide administrative information, and include the following as a minimum: Name, mailing address, overnight delivery address (if different from mailing address), facility security clearance of the offeror, phone number, fax number, and e-mail of designated point of contact. Section 2 of the white paper shall answer the issues addressed in Attachment 1 of this RFI and shall be limited to 20 pages. NAVAIR representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Daniel.Haertle@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 18 December 2014, 1700 EST will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P7-PMA-262-0029/listing.html)
 
Record
SN03564575-W 20141105/141103234529-f6e342c278dc5f45b2d7eab679b1e23c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.