Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
MODIFICATION

58 -- Request for Information (RFI) in support of the Limited Interim Missile Warning System (LIMWS)

Notice Date
4/7/2017
 
Notice Type
Modification/Amendment
 
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
Request_for_Prequalification_Submissions_Limited_Interim_Missile_Warning_System_(LIMWS)
 
Archive Date
4/29/2017
 
Point of Contact
Stefanie Polk,
 
E-Mail Address
stefanie.f.polk.civ@mail.mil
(stefanie.f.polk.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Request for Prequalification Submission (RPS) in support of the Limited Interim Missile Warning System (LIMWS) that was released on 28 March 2017 is cancelled and replaced by this Request for Information (RFI). For responses that have already been submitted under the RPS announcement, it is not necessary to re-submit. All of the originally requested documentation remains the same. The Government intends to conduct a full and open competition for the Limited Interim Missile Warning System (LIMWS) effort. Program Objective: The Army Contracting Command - Redstone on behalf of Project Manager - Aircraft Survivability Equipment is seeking interested sources to participate in a Limited Interim Missile Warning System (LIMWS) program. The Army is seeking a system with Missile Warning (MW) and Hostile Fire Indication (HFI) capabilities that can be integrated with the Common Infrared Countermeasure (CIRCM) system and the ALE-47 countermeasure dispensing system for a limited number of Army rotary wing aircraft. The LIMWS system shall be able to operate anywhere in the world and in any environment suitable for Army rotary wing aircraft. The LIMWS system deliveries shall commence NLT FY 2020. The Army intends to release a draft RFP for the LIMWS to potential offerors in FY 2017. Responses to this RFI shall, at a minimum, describe the capability of meeting the following requirements and system criteria to meet the FY 2020 delivery timeline (the sequence below does not represent priorities): Requirements: • Provide evidence the prospective offeror can deliver a complete missile warning system in compliance with the system criteria listed below, particularly the requirement for FY 2020 delivery. • Provide evidence the prospective offeror has fielded a complete missile warning system in a military application and context. • Provide evidence the prospective offeror has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them. • Provide evidence the prospective offeror has the necessary production and technical equipment, data, facilities, and personnel, or the ability to obtain them. • Provide evidence the prospective offerors responding to this RFI have a current and validated SECRET Facility Clearance Level (FCL) with the ability to store, process, and generate classified data up to the Secret Level. • Proposed offerors with Foreign Control and Influence (FOCI) shall provide the Defense Security Service (DSS) FOCI mitigation instrument implemented (i.e., SSA, Proxy, etc) and any imposed limitations. System Criteria A. Missile Warning (MW) • The prospective offeror's system shall have a measurable System Probability of Cueing (Pcue) performance, Probability of Declaration (Pd) performance, Probability of Declaration in Clutter (Pdic) performance, False Alarm Rates ((FAR) resulting in a flare dispense) and False Cue rate (resulting in a laser CM response). • The prospective offeror's system shall have the ability to integrate with the Common Infrared Countermeasure (CIRCM) system and control the ALE-47 countermeasure dispensing system. • The prospective offeror's system shall possess a Digital System Model (DSM) and the capabilities to incorporate threat models and inject actual threat imagery in varying environments. B. Hostile Fire Indication (HFI) • The prospective offeror's system shall have the ability to determine HFI, Point of Origin (POO), Point of Closest Approach (PoCA), Detection ranges for all classes of threats, False Alarm Rate (FAR), provide HF warning, and HF threat ID. • The prospective offeror's system shall possess a Digital System Model (DSM) and have the capabilities to simulate HF threats and inject actual threat imagery in varying environments. C. System Architectur e/Design • The prospective offeror's system shall have the ability to meet a gross B-kit (sensors and processor) weight of ≤ 65lbs. • The prospective offeror's system shall have the ability to support system installation without the requirements for surveying or requiring tail number specific installations. D. General • The prospective offeror's system shall meet the delivery/performance requirements so that first deliveries commence NLT FY 2020. • The prospective offeror's shall provide estimated B-kit production rate and ramp up rate for prototype, Low Rate Initial Production (LRIP), and Full Rate Production (FRP) Response Submittal Instructions: The Government requests that prospective offerors submit an electronic or hard copy response (Microsoft Office Word 2007 or higher or PDF format), 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, providing evidence that it meets the requirements listed above. Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI. Unclassified electronic submission can be submitted via Aviation and Missile Research Development and Engineering Center (AMRDEC) (https://safe.amrdec.army.mil/safe/) to this email account (usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil). If AMRDEC is used the offeror shall submit an email directly to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil stating information is available via AMRDEC. Response Due Date: All responses are due 1200 Central time (CDT) on 14 April 2017. No phone calls will be accepted. The Government will not be accepting any questions pertaining to this RFI and untimely submissions will not be evaluated by the Government. Classification Requirements: Prospective offerors considering a response to this RFI shall ensure compliance with the system owner's Security Classification Guide. Classified responses to this RFI shall not exceed the secret classification level and be shipped in accordance with DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), section 4. Transmission. The offeror shall have the appropriate Defense Security Service (DSS) facility clearance to submit a classified response. PM ASE will protect proprietary information obtained as a result of this RFI as required by law and regulations. Proprietary information shall be clearly marked and identified. The instructions and address for a classified response to this RFI is: All classified responses will be shipped via Federal Express (FEDEX) overnight to the address below. Classified responses will be sent FEDEX overnight Monday - Thursday only to ensure delivery on duty days. Note: United States Postal Service (USPS) is not authorized for this response, USPS does not deliver to below address. Outer Wrapping: PMO ASE (SFAE-IEW-SE) Attn: Security 6726 Odyssey Drive, NW Huntsville, AL 35806 Inner Wrapping: PMO ASE (SFAE-IEW-SE) Attn: LIMWS RFI 6726 Odyssey Drive, NW Huntsville, AL 35806
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9df083a39fb6444e6a0093a2748e60f3)
 
Record
SN04464191-W 20170409/170407234122-9df083a39fb6444e6a0093a2748e60f3 (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.