Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2018 FBO #6081
SOURCES SOUGHT

17 -- Aircraft Surveillance and Precision Approach Sensor

Notice Date
7/16/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ-18-R-0318
 
Archive Date
8/30/2018
 
Point of Contact
Christopher R. Clemons, Phone: 2563131159
 
E-Mail Address
christopher.r.clemons2.civ@mail.mil
(christopher.r.clemons2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Background: The Product Manager, Air Traffic Control Systems (PdM ATC) seeks information, comments and suggestions from Government or industry vendors who are interested in providing a sensor to be used for air surveillance and precision approach of aircraft. It is desired that this sensor be at Technology Readiness Level (TRL) 7 or greater. The performance characteristics of the sensor must include: a. Meet the requirements of an Army flight check conducted in accordance with the USSFIM 8200.1A. b. Meet the spectrum standard requirements of National Telecommunication and Information Administration (NTIA). c. Be capable of continuous operation during day/ night conditions and Instrument Meteorological Conditions (IMC). d. Independent simultaneous operation of the surveillance and precision approach modes. e. Area Surveillance · Line of sight area surveillance to a minimum of 40 nautical miles (NM). · 360 degrees of azimuth coverage within 5 seconds. · Vertical coverage between -1 to 30 degrees. f. Precision Approach · Provide sensor capability for Precision approach of multiple aircraft within 15 NM. · Azimuth coverage +/- 12 degrees. · Elevation coverage -1 to +8 degrees. · Glide slope depictions selectable from +1 to +6 degrees. · Precision approach capability to simultaneously detect a minimum of 26 aircraft. g. The sensor shall be capable of meeting or exceeding the requirements for a category 1 instrument approach as described in: Federal Aviation Administration (FAA) Advisory Circular AC 120-29A Criteria for Approval of Category I and Category II Weather Minima for Approach. General Questions 1. Provide a brief description of your company’s expertise and qualifications for providing Command, Control, Communications, Computers, and Information (C4I) systems. 2. Provide a brief description of your company’s expertise involving ATC systems. 3. Provide information on hardware modification and modification acceptance test of C4I systems and their internal modules, maintenance and retrofit of previously produced C4I systems. 4. Identify the commercial and military sales history for any proposed system including date, customers and quantities. 5. Provide any additional information you consider relevant to providing an aircraft surveillance and precision approach sensor or sensor package. Program Management Questions 1. Describe the qualifications of your engineering staff who have experience in the development of C4I systems. 2. Describe your company’s experience with Field Service and technical support for C4I systems. 3. Describe your company’s experience with modifications to include incorporation of Military Standard (MIL STD), and configuration management of baseline changes. 4. Describe your company’s experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, and Joint Interoperability Testing support for C4I systems. 6. Describe your company’s experience in developing or updating Technical Data Packages (TDP). Describe your company’s policy in providing TDPs to the Government. 7. Describe your company’s process for tracking program risks and mitigation steps utilized on past contracts that reduced risks to an acceptable level. Technical Questions 1. Explain any limitations and challenges for meeting the proposed sensor requirements in the background section above. 2. Describe the minimum and maximum aircraft velocities that your system can detect. Describe the challenges to detect the slowest and fastest aircraft velocities, and other limitations. 3. Describe the operational environmental extremes for which your system can meet the capabilities that you have described. Include at least the impacts of temperature, ground clutter, rain, snow, fog, hail, and blowing dust. 4. Describe the non-operational (eg. Storage/shipping/handling) environments that your system can withstand without degradation. 5. Describe the process of converting the sensed signals to digital All-Purpose Structured EUROCONTROL Surveillance Information Exchange (ASTERIX) output. 6. Describe your system’s minimum and maximum detection range for a 1m^2 and a 0.5m^2 and a 0.25m^2 flying target (Swerling Case 1) at both 100 feet and 30,000 feet. Include the minimum separation that your system can discern two (2) separate targets for each of these cases at the same azimuth and elevation. Include any limitations for coverage at the minimums and maximums. Describe for both precision approach and surveillance. 7. Describe your system’s capability to detect other artifacts besides flying targets. 8. Describe your system’s sector blanking. 9. Describe your system’s power requirements. 10. Describe your system’s capability to detect and locate electronic interference. 11. Describe your system’s azimuth accuracy and capability to discern closely spaced targets. 12. Describe your system’s detection capability for close-in and overhead targets. 13. Describe the maximum number of targets that your system can simultaneously detect and any throughput limitations. Logistics Questions 1. Describe your company’s standard approach for storage of systems while they are awaiting retrofit or awaiting shipment. 2. Describe your company’s experience or approach for system warranty coverage. 3. Describe your company’s experience in the safe packaging and handling C4I systems. 4. Describe your company’s past involvement with Department of Defense (DoD) logistics requirements and discuss your success record in meeting those requirements on previous DoD contracts. 5. Provide a description of your company’s most complex project, which is similar to this project. Focus on overall management, and mitigation of identified risk factors. 6. Describe the transportability requirements of the system proposed, to include its weight and size. This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201 (e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submitting information for this RFI is voluntary, and participants will not be compensated; this is not a request for proposal, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. The requested information is for planning and market research purposes only and will not be publicly released. Respondents will not be notified of the results of the review of the information provided but may be contacted for additional information for clarification. In responding to this RFI, please adhere to the numbering and areas of concentration. If you do not respond to a specific statement, please acknowledge by placing a "NA" by the applicable number. Desired response format: The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. Submit email response to: Christopher Clemons, Contract Specialist, christopher.r.clemons2.civ@mail.mil and Mitchell Oko, mitchell.a.oko.civ@mail.mil. No phone calls are allowed. Responses must be received no later than 4:30 pm CST, Thursday, TBD (30 days after posting on CBD), 2018. Contracting Office Address: AMCOM Contracting Center - Air (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280 Place of Performance: AMCOM Contracting Center - Air (AMCOM-CC) ATTN: CCAM-AR-C, Building 5309, Martin Road Redstone Arsenal AL 35898-5280 US Point of Contact(s): Christopher Clemons christopher.r.clemons.2.civ@mail.mil NO PHONE CALLS WILL BE ACCEPTED!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72069b46b7a50c58cd357c587893ced1)
 
Place of Performance
Address: various, United States
 
Record
SN04993593-W 20180718/180716231234-72069b46b7a50c58cd357c587893ced1 (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.