Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOURCES SOUGHT

99 -- Sources Sought/Request for Information - Infill Radar Sensor for Wind Turbine Clutter Mitigation for Air Traffic Control

Notice Date
1/28/2025 1:11:40 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
RFI_InfillRadar_FA2330
 
Response Due
2/17/2025 2:00:00 PM
 
Archive Date
03/04/2025
 
Point of Contact
Tiffany Hinson, Phone: 7812255215, Julie Tolek
 
E-Mail Address
tiffany.hinson.1@us.af.mil, Julide.Tolek@us.af.mil
(tiffany.hinson.1@us.af.mil, Julide.Tolek@us.af.mil)
 
Description
This is a Sources Sought (SS)/Request for Information (RFI) only, which as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/Request for Proposal, a Request for Quotation, an Invitation for Bids, or a solicitation and no contract shall be resultant from this synopsis. Air Traffic System Branch (HBAA) will not pay respondents for information provided in response to this SS/RFI. The Air Force Life Cycle Management Center's (AFLCMC) Electronic Systems Directorate, Aerospace Management Systems Division (HBA), Air Traffic System Branch (HBAA), Air Traffic Control (ATC) Future Technology (AFT) Program Management Office (PMO), located at Hanscom Air Force Base (AFB), Massachusetts is requesting information from industry to identify companies having an existing radar system(s) to serve as an infill radar to mitigate wind turbine clutter and improve coverage in and around wind farms for air traffic control. This initiative will extend the results of the Infill Radar Pilot Mitigation Program (PMP) conducted at Department of Defense (DoD) air traffic control (ATC) facilities that suffer from wind turbine clutter. BACKGROUND OF WIND TURBINE CLUTTER INTERFERENCE: Wind generation capacity increased from 934 Megawatts at the end of 2015 to 150.1 Gigawatts in April of 2024. This trend of rapid growth is expected to continue. Wind turbines are frequently developed into industrial-scale projects. Wind turbines present substantial issues for ATC radars because they are a source of stationary and moving clutter. The physical presence of the wind turbines provides stationary clutter, and more importantly, the blades of wind turbines can spin at velocities that mimic the Doppler returns from aircraft. These types of clutter can generate false plots, false tracks, and possibly dual tracks on air traffic control Standard Terminal Automation Replacement System (STARS) displays, all of which may interfere with the mission of ATC. Additionally, and significantly, aircraft overflying wind turbines may not be detected or may be dropped by an ATC radar due to the aircraft�s radar cross section being smaller than those of the turbines the aircraft is overflying. DESCRIPTION OF AN INFILL RADAR: An infill radar system provides supplemental non-cooperative surveillance that mitigates localized radar performance shortfalls caused by wind turbines. A successfully deployed infill radar would eliminate the need to vector aircraft around a wind farm or move traffic patterns to avoid wind farms, would reduce the risk of mid-air collisions, and improve the air picture for air traffic controllers. An infill radar system that meets performance requirements and is certified by the Federal Aviation Administration (FAA) for use in the National Airspace System (NAS) would ultimately feed the STARS systems at affected locations for integration with existing NAS radars feeding those sites. Improved radar coverage over wind turbines will allow the U.S. to pursue and meet broader goals of increasing use of alternative and renewable energy resources. EXPECTED MINIMUM PERFORMANCE: The United States Air Force (USAF) is looking for companies that have a radar system with wind turbine mitigation capabilities. Companies should be able to deploy their radar to a Government selected test site and demonstrate their radar will meet the requirements cited in Infill Radar Qualification Requirements Document FINAL 20210921 AG.JR Sig. CONTENT OF VENDOR RESPONSES: Vendor responses should be as detailed as possible. Responses should describe radar performance in and around wind turbines, and other technical details as appropriate. In addition, vendors should: Provide detailed descriptions of their infill radar including any testing, performance over and around wind farms, and any previous integration into air traffic control systems such as STARS or En Route Automation Modernization (ERAM). Provide deployment plans to include availability of their infill radar, time needed to deploy a radar to a selected site, set-up time at the site, any power or telecom needs at the site, and other on-site needs to demonstrate performance of their radar. Provide details for radar optimizations at a site to include any data requirements for wind turbine clutter mitigation. Describe how they would conduct test flights including targets of opportunity to demonstrate radar performance. Describe the data file collection process and availability of these files to Government for independent evaluations. Describe any proprietary data and any data protections associated with their infill radar. Please provide your capability statement to include your North American Industry Classification System (NAICS) and Small Business Certifications. Additionally, include if you are a Non-Traditional Contractor, and if you are on any Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts or part of any Other Transaction (OT) Consortium. Submissions should be delivered via Department of Defense�s Safe Access File Exchange (SAFE) website at https://safe.apps.mil/. Since unauthenticated users (Non-DoD Personal Identity Verification (PIV) certificates) must receive a drop-off request from a DoD user, please notify the Contracting Officer/Agreements Officer Ms. Tiffany Hinson (tiffany.hinson.1@us.af.mil) and Contract Buyer Ms. Julide Tolek (julide.tolek@us.af.mil) of your company�s intent to deliver a response. You will be provided with a �Drop-off Request� which you will use to submit your files. The Drop-Off Request will be valid for 14 days. For additional guidance, please see the SAFE website at https://safe.apps.mil/. Responses to this RFI are requested by close of business on 17 February 2025. Responses are limited to 25-pages in pdf file format with 12-point Times New Roman font for text including figure and table captions. Companies with a candidate Active Electronically Scanned Array (AESA) infill radar are encouraged to respond. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All correspondence related to this matter should be e-mailed to: CONTRACTING OFFICE ADDRESS: AFLCMC/HBAK, 75 Vandenberg Drive, Hanscom Air Force Base (AFB), MA 01731-2103 United States Contracting Primary Point of Contact: Tiffany Hinson Contracting Officer tiffany.hinson.1@us.af.mil Phone: 380-456-6643 Contracting Secondary Point of Contact: Julide Tolek Contract Buyer julide.tolek@us.af.mil PM Point of Contact: Capt Reagan Pittman Program Manager reagan.pittman.1@us.af.mil Phone: 949-769-4894 ACRONYMS: Active Electronically Scanned Array (AESA) Air Force Base (AFB) Air Force Life Cycle Management Center's (AFLCMC) Air Traffic Control (ATC) ATC Future Technology (AFT) Department of Defense (DoD) En Route Automation Modernization (ERAM) Federal Acquisition Regulation (FAR) Federal Aviation Administration (FAA) Global Air Traffic Systems (GATS) in accordance with (IAW) National Airspace System (NAS) North American Industry Classification System (NAICS) Personal Identity Verification (PIV) Pilot Mitigation Program (PMP) Program Management Office (PMO) Request for Information (RFI) Safe Access File Exchange (SAFE) Sources Sought (SS) Standard Terminal Automation Replacement System (STARS) United States Air Force (USAF)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ab98074d056549e7bb6aabbad5e25c4c/view)
 
Place of Performance
Address: Hanscom AFB, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN07325763-F 20250130/250128230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.