SPECIAL NOTICE
58 -- Advanced Threat Detection System (ATDS) Request for Information and Industry Day Announcement
- Notice Date
- 6/17/2016
- Notice Type
- Special Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- Advanced_Threat_Detection_System_(ATDS)
- Archive Date
- 9/22/2016
- Point of Contact
- Stefanie Polk, Phone: 2568424417
- E-Mail Address
-
stefanie.f.polk.civ@mail.mil
(stefanie.f.polk.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The information provided may be used by the Army in developing its acquisition approach. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal. Although no decision has been reached at this time, the Government reserves the right, and intends, to exclude foreign participation in this RFI. The Army Contracting Command - Redstone on behalf of Project Manager - Aircraft Survivability Equipment is seeking interested domestic sources to participate in an Engineering and Manufacturing Development (EMD) program for an ATDS. The Army currently plans to hold an industry day on 27 July 2016 in Huntsville AL to address vendor questions and clarifications related to this RFI. Vendors must be approved to attend industry day; refer to other instructions section for details. The Army is seeking current technologies at a minimum demonstrated Technology Readiness Level (TRL) 6 to provide missile warning (MW), hostile fire indication (HFI), and laser warning (LW) capability for its fleet of rotary wing and fixed wing aircraft. The EMD phase will not support the development of new or high risk technologies that have not already been demonstrated in a relevant environment. This capability, designated as the ATDS, has a planned First Unit Equipped (FUE) date of FY2023. A description of capabilities sought to meet the ATDS requirements is provided below (the sequence below does not represent priorities): The US Army requests interested vendors respond to this RFI with a description of a Missile Warning, Hostile Fire Indication and Laser Warning system that can be fielded on rotary wing aircraft. Vendor responses should, at a minimum, describe the following: mature Line Replaceable Units (LRUs), space, weight and power requirements, open architecture approach, reliability growth plan, and all relevant demonstrated performance and reliability accomplished on the system to date. Vendors should make clear in their submission of test or performance data the specific evaluation conditions and whether the evaluation was an internal corporate effort or if it was by the Government. The responses shall address the basic functions as shown below. The vendor should provide a detailed description on the approach to meet the following requirements: Missile Warning (MW) - The vendor shall provide the following: •1. - Description of current capabilities over the entire kinematic range of the threat missiles. •2. - Concept of Operations (CONOPS) for system operation as installed on an aircraft. •3. - Strategy to integrate ATDS with the Common Infrared Countermeasure (CIRCM) system. •4. - Current directable IR Countermeasures (CM) cueing performance; Probability of Declaration (P d ) performance, Probability of Declaration in Clutter (P dic ) performance, False Declaration rates (resulting in a flare dispense) and False Cue rate (resulting in a laser CM response). •5. - Description of how clutter is quantified and system performance at these clutter levels. •6. - Description of effects on performance in varying platform flight profiles including hover, cruise, and banked turns at tactical altitudes. •7. - Description of missile time-to-intercept estimation capability, launch range assessment capability and missile identification and/or classification. •8. - Description of the ability to geo-locate the threat launch position. •9. - Methodologies (test, modelling, simulation, etc.) used to verify missile warning performance. - Process, timetable, and description of data required for missile warning algorithm development/update for a new threat. - Description of how missile warning techniques can be optimized (e.g., missile ID, time-to-go estimation, launch range assessment) to improve the effectiveness of the threat CMs. - A Digital System Model (DSM) with government purpose rights is required. Provide a description of the models and how they are used in the development and performance verification. Information provided needs to include models for missile flyout, plume signature, and atmospheric effects. - Description of the system concept of how to accept technology upgrades to enable missile warning agility. Describe the algorithms and discuss the algorithm's sensitivity to threat characteristic variations or limited threat data. Vendors should provide a description of advance technologies being developed and a path to grow or update the system beyond the target FUE date of FY2023. These upgrades could include future active or passive sensor upgrades. - Description of any proposed active technologies to address user interoperability concerns and potential impacts to current Army Aviation CONOPS. Growth plans to enable ultra-low FAR in a high clutter environment and more accurate threat precision angle and range capability. Hostile Fire (HF) - The vendor shall provide the following: •1. - Current capability to provide HF warning and threat ID for the HF threat. •2. - Technology and techniques for determining Point of Origin (POO) and geolocation for the threat launch position. •3. - Approaches to determine hostile intent. Description of how Point of Closest Approach (PoCA) for the threat is determined. Description of PoCA envelope to support varying mission profiles. •4. - Detection ranges for threats. •5. - False Alarm Rate (FAR) performance along with a description of how clutter is quantified and performance at these clutter levels. •6. - A Digital System Model (DSM) with government purpose rights is required. Provide a description of the models and how they are used in the development and performance verification.. Laser Warning (LW) - The vendor shall provide the following: •1. - Current capability to provide LW and threat ID for the laser guided threat. •2. - Technology and techniques for determining POO and geolocation for the threat position. •3. - Detection ranges for threats. •4. - FAR performance. •5. - Previous experience and techniques used to incorporate and correlate laser detection data from an adjunct sensor. System Architecture - The vendor shall provide the following: •1. - Ability to integrate the proposed solution with the existing ASE suite as well as into the aircraft. The Army desires to incorporate an ASE management capability into the ATDS. The objective is to integrate ASE (APR-39D(V)2, AVR-2B, ATDS, CIRCM, dispensers) and provide a single interface to both legacy and future platforms; provide a coordinated situational picture of the threat to the commanders and crew; and manage the entire ASE suite. •2. - Ability to train crews at home station without external stimulation (embedded training). •3. - Approach to meeting current and future interface requirements, such as the Future Airborne Capabilities Environment (FACE) conformance. •4. - Description of how the architecture supports scalability, modularity, and extensibility for future platforms and ASE technologies. •5. - Description of how the system design is based on open system architecture standards and principals. •6. - Description of how the open system architecture design supports future hardware and software upgrades both internal and from third party applications. Technology Readiness - Provide a TRL and Manufacturing Readiness Level (MRL) assessment for the proposed technologies. Describe how these assessments were conducted (self or independently assessed). Identify Critical Technologies associated with the proposed design. Discuss methodologies (simulations/lab tests, etc.) used to conduct TRL and MRL assessments. Prototype Availability - Provide a description of hardware and software and when it could be provided to demonstrate system capability for ATDS, along with prototype delivery timelines and quantities to support the ATDS program. Suitability - The Army will need to assess the suitability of the design for application on Army aircraft. The vendor shall provide the following: •1. - Space, Weight and Power-Cooling (SWaP-C) for the system and its ability to meet a gross B-kit weight of no more than 45lbs (MW and HF only - excludes LW). •2. - Sensor Field of View (FOV). •3. - Reliability projections for the system along with meeting a Mean Time Between Failure metric of not less than 500 hours. •4. - Platform installation requirements for the ATDS B-kit. Describe approaches for installing the system without the requirements for surveying or requiring tail number specific installations. •5. - Describe an A-kit design that will support future capabilities requiring very high bandwidth. General - Other information requested includes: •1. - The Government desires, at a minimum, Government purpose rights for any technologies proposed for ATDS. Discuss data rights, Government right to source code, and Intellectual Property claims on the proposed technology. Discuss your key interfaces and how the use of an Open Systems Approach will enable future upgrades at the LRU and component level. •2. - Provide Capability Maturity Model Integration (CMMI) level along with conformance to DO-178. •3. - Discuss how cybersecurity and anti-tamper capabilities will be addressed. •4. - Provide a schedule for the proposed system to meet the FY2023 FUE requirement. •5. - Provide estimated costs for development and production B-kits. Provide major cost and performance trades associated with their design. •6. - Describe the technical, cost, and schedule risks associated with this effort. •7. - Discuss production capability to include long lead items, supply chain (both domestic and foreign), production lead time from date of order, production capacity and projected delivery rates. •8. - The vendors shall provide relevant past performance data that demonstrates their subject matter expertise in missile warning, hostile fire, laser warning, development of hardware and software equipment that has been qualified and fielding on military rotary wing aircraft. This past performance data should include contract numbers and a brief summary of work performed under these efforts. Other Instructions Industry Day : Attendance at industry day does not represent a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Government does not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. All questions and responses provided during the one-on-one sessions will be made available to all attendees, to the extent possible. Vendors who wish to attend industry day must submit a request to PMO ASE at usarmy.redstone.peo-avn.mbx.iews-ase-atds@mail.mil to receive approval to attend. Vendor RSVP request must provide number of attendees, names, position within the company, email, phone #, and vendor cage (if assigned) to be vetted for access to industry day. The Industry Day will cover topics including an overview of ATDS, draft acquisition strategy and key requirements and capabilities. All interested parties are invited to attend; however, attendance is restricted to U.S. firms and U.S. citizens only. The PM ASE government team will include Systems Engineering and Technical Assistance (SETA) contractors with valid Non-Disclosure Agreements (NDAs). Registration for this event will open 22 June 2016. The deadline to request attendance is 13 July 2016. Visit approval is contingent upon email approval from, ATDS Lead via usarmy.redstone.peo-avn.mbx.iews-ase-atds@mail.mil. Upon notification of approval visitors will be provided with an Agenda. In order to promote an informative and successful conference, attendance is by registration only. Only those with a confirmed registration will be permitted to attend. Registration is limited to no more than four (4) representatives per company. The information presented will be unclassified; aside from registration and presentation material for one-on-one discussions, no other information is required. The Government will be conducting one-on-one discussions during this event. A maximum of four (4) participants per prime contractor team will be permitted during the one-on-one session. Registered vendors will be allowed 20 minutes to present relevant information to the Government team. All presentation materiel must be sent in advance of industry day NLT 1200 CDT, 20 July 2016 to the email listed above. Vendors requesting one-on-one discussions must indicate so in their RSVP. Time slots will be allocated on a first come-first served basis only. Event location will be included in the message with approval to attend. You may submit questions via email to usarmy.redstone.peo-avn.mbx.iews-ase-atds@mail.mil. Questions must be received, in approved format only, no later than 2:00 pm CST on 20 July 2016. Questions may also be submitted prior to or during industry day; however, the Government may elect to defer responses to another forum. All questions from all forums (email submissions, industry day general session, one-on-one sessions) and corresponding responses will be made available to all participants NLT 10 August 2016. Official responses are due NLT 7 September 2016. Classification Requirements : Vendors considering a response to this RFI must ensure compliance with the US Army Version ASE Security Classification Guide. Vendors must contact PMO ASE at usarmy.redstone.peo-avn.mbx.iews-ase-atds@mail.mil to be vetted for access to the ASE SCG (require vendor POC contact information and vendor cage code), once validated the SCG will be sent to the vendor POC with handling and disposition instructions. Classified responses to this RFI must be shipped in accordance with DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), section 4. Transmission. The vendor must have the appropriate Defense Security Service (DSS) facility clearance to submit a classified response. The instructions and address for a classified response to this RFI is: Outer Wrapping: PMO ASE (SFAE-IEW-SE) Attn: Security 6726 Odyssey Drive, NW Huntsville, AL 35806 Inner Wrapping: PMO ASE (SFAE-IEW-SE) Attn: ATDS RFI 6726 Odyssey Drive, NW Huntsville, AL 35806
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3a67b0a76027480c1b863695b33a184)
- Record
- SN04153433-W 20160619/160617234107-f3a67b0a76027480c1b863695b33a184 (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 |