MODIFICATION
16 -- F-15 Radar Warning Receiver (RWR) Replacement
- Notice Date
- 4/25/2005
- Notice Type
- Modification
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Aeronautical Systems Center ASC/VFM 2725 C Street, Building 553 Wright-Patterson AFB, OH 45433-7424, 45433-7424
- ZIP Code
- 45433-7424
- Solicitation Number
- RWR
- Response Due
- 6/23/2005
- Archive Date
- 6/1/2005
- Small Business Set-Aside
- N/A
- Description
- F-15 RADAR WARNING RECEIVER (RWR) REPLACEMENT REQUEST FOR INFORMATION (RFI) 1. Background This announcement constitutes a Request for Information (RFI), by the United States Air Force, F-15 Aeronautical Systems Group, Wright Patterson AFB, for assistance in developing requirements for a replacement of the current Air National Guard (ANG) and USAF F-15 C/D/E aircraft Radar Warning Receiver (RWR), and conducting digital RWR technology survey demonstrations. The USAF is seeking to gain insight into the current state of digital RWR technology and its possible application to fulfilling F-15 C/D/E aircraft RWR threat warning requirements through industry participation in lab technology survey demonstrations to be conducted in the Air Force Research Laboratory (AFRL) Sensor Directorate Integrated Demonstrations and Applications Laboratory (IDAL) at Wright-Patterson AFB, OH. These demonstrations are expected to begin in the late spring/summer of 2005. A non-developmental item (NDI) solution is the preferred approach to acquire a core capability system that would be capable of growing to future capabilities desired by the operational customers. It is envisioned that a core capability acquisition will be a competitively awarded System Development + Demonstration (SDD) contract in 2008/2009. In the interim, the government desires to gain a better understanding of the available technologies and the risks associated with these approaches. The government will be maturing requirements for follow on RWR development activities in parallel with the technology survey and risk reduction process. These requirements, in conjunction with an understanding of the state of technology, will be used to initiate the SDD program. 2. RWR Functional Requirement Summary The objective will be to acquire an RWR that will be fully capable of meeting Net-Centric Operations/Sensors Forward requirements defined in the ACC Sensors Forward CONOPS based on a 2010 - 2030 threat projection and associated F-15 operational environments. The preferred approach is to use a non- developmental item (NDI) system. The RWR upgrade is planned to employ digital receiver technology that enables F-15 situational awareness, self- protection/electronic protection, battle management, ELINT, weapons support, and electronic attack functioning. The RWR upgrade is to be compatible, i.e., fully functional and interoperable with other F-15 onboard systems and formation platform systems including active-element electronic scanned array (AESA) radar systems. The RWR upgrade architecture is to be flexible, reprogrammable, and adaptable to changes in threat and technology growth insertion. Modular open system approach (MOSA) principles should be applied to the degree practical in the acquisition/integration effort. Adequate growth reserve and architecture strategies should be available for anticipated maturation of capabilities to handle the anticipated 2010-2030 growth in threat and mission requirements. The program objective is to acquire an RWR upgrade capability (system) with as much commonality as possible between the ANG and USAF F-15 fleets. The goal is to have one RWR configuration for the F- 15 fleets with Group A modifications to the F-15 aircraft minimized to the maximum extent possible. 3. Evolutionary Acquisition Strategy It is assumed that cost and development risk factors will require multiple development spirals/increments to fully meet these capabilities. Thus, an evolutionary acquisition strategy is anticipated, incorporating a block upgrade approach leveraged off of the initial RWR NDI core capability to achieve full capability. It is also assumed that the initial upgraded RWR core capability will be acquired as a NDI as defined in FAR 2.101. Block upgrade definition and the evolutionary acquisition strategy will be based on cost and risk factor assessments with each fielded block having a specified operational capability against a requirements/capability roadmap toward meeting full capability objectives. It is currently estimated that an SDD contract would be awarded in FY08 or FY09 with the intent, for acquisition planning purposes, to upgrade 179 F-15C/D and 225 F-15 E aircraft. 4. RFI Tasks/Schedule of Events 4.1. Kick-off Meeting A kick-off meeting will be held on 31 March 05. It will be located at the ANG Flight Test Center in Tucson, AZ. There will be a morning session with all suppliers. The Government will give more details about the tasks and schedule of remaining events, including an overview of the laboratory survey effort and an overview of F-15 avionics. The afternoon will consist of one-on-one information exchange sessions with each supplier, tentatively planned for 30 minutes each. Kick-off meeting agenda is as follows: Morning (8:00, Mountain Standard Time) Tuscon Welcome: Air National Guard User Introduction: Air National Guard + Air Combat Command RFI Overview: F-15 Aeronautical Systems Group IDAL Introduction: Air Force Research Lab Sensors Directorate F-15 System Overview: Boeing Test Methodology: Air National Guard Afternoon Information exchange sessions with individual vendors Vendors interested in attending the kick-off meeting should contact the F-15 Aeronautical Systems Group RWR Program Manager, Allen Martin at (937) 904- 6647, by 25 March 05, indicating number or people planning to attend (limited to 4 representatives per vendor). Neither attendance at the kick-off meeting nor participation in the technology survey is a prerequisite for consideration in any eventual SDD contract competition. The Air Force is however encouraging maximum industry participation at the outset to enable the fullest possible assessment of the state of technology. 4.2. White Paper In written response to this RFI, interested parties should submit a white paper no later than 23 Jun 05, addressing, as a minimum, the following areas: ? Describe your capability and interest in participating in a technology survey. Provide evidence that you have the personnel and system resources to support IDAL laboratory demonstration testing starting in late spring/summer 2005. Provide insight into your current digital RWR technology maturity. Provide state of development and current performance capability/demonstration results, and planned technology roadmaps. For the sake of brevity, you may reference existing test reports that illustrate performance against the threat classes of interest. The government may ask to review these reports later. Indicate your system?s maturity level according to the (DoD/NASA) standard Technology Readiness Levels (TRL). The survey will consider systems at Technology Readiness Level (TRL) 4 and above. (TRL definitions available in the Defense Acquisition Handbook at the following ling: http://akss.dau.mil/dag/DoD5000.asp?view=document+rf=GuideBook\IG_c10.5.2.asp). Provide a description of how your system is instrumented and what test data will be made available during the survey. 4.3. IDAL Technology Survey Suppliers may participate in the technology survey by demonstrating their RWR technology in IDAL (Wright-Patterson AFB, OH). A common set of RF threat scenarios will be utilized for the IDAL demonstrations. It is expected that the technology survey will start in May 2005 and last through January 2006. It is also expected that each participating supplier will support 1-3 IDAL test planning meetings and up to 7 weeks of multiple IDAL entries. The IDAL demonstration results will be utilized to provide insight into the maturity and risks associated with digital RWR technologies. The F-15 Aeronautical Systems Group will coordinate/facilitate supplier participation in the technology survey, including all coordination with IDAL personnel. The Group will also make available pertinent documentation, including all documentation referenced in this RFI. The USAF will pay for all tasks performed by IDAL personnel as well as for all IDAL equipment usage. The USAF will also pay to have reports written for each demonstrated RWR, documenting its performance. Each supplier will be offered a copy of the report for their system. Each supplier will be expected to pay for their personnel who support the survey, including tasks such as test planning and system set-up and support at IDAL, transporting their system to/from IDAL, and any repairs to their system that may need to be made during the survey Individual Cooperative Research and Development Agreements (CRADA) will be established between the Air Force and each collaborating party in the technology survey, defining terms and conditions, and bounding the roles and responsibilities of each party. A draft CRADA document will be made available at the kick-off meeting for review and comment. 5. Data/Security Issues ? Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. ? As the F-15 prime contractor, Boeing personnel will be active participants in all tasks. Each participating supplier will be required to establish associate contractor agreements with the Boeing Company. ? Each participating supplier must have access to USAF classified threat information, to include blue threat information, or that you have an approach to use sanitized information. The maximum required classification level will be SECRET/NOFORN or SECRET/US ONLY. 6. Anticipated Contractual Requirements ? Interested parties are advised that any eventual production contract would include the following contractual requirements: o FAR 52.225-1, Buy American Act?Supplies, as well as completion of certificate at FAR 52.225-2 o AFMCFARS 5352.227-9000, Export-Controlled Data Restrictions, and AFMCFARS 5352.227-9001 Qualification of Offeror Under Export-Controlled Restricted Solicitation. o DFARS 252.225-7012, Preference for Certain Domestic Commodities o DFARS 252.211-7003, Item Identification and Valuation The purpose of this RFI is to identify and obtain information from all responsible sources and interested parties who have a product that may potentially meet USAF requirement for replacement of the F-15 Radar Warning Receiver, as identified herein. This RFI is not to be construed as a formal solicitation. No solicitation for the above stated requirements exists at this time. The USAF does not intend to award a contract on the basis of this RFI, nor does this RFI obligate the government to reply to information received, or subsequently publish a solicitation. The USAF will not pay for the information solicited except as an allowable cost under other contracts as provided in subpart 31.205-18, Independent Research and Development and Bid and Proposal Costs, of the Federal Acquisition Regulation. Responses will be treated as information only, and shall not be used as proposals. All responses are voluntary and respondents are solely responsible for all expenses incurred in replying to this RFI. White papers, as described in section 4.2, are limited to 25 pages total, in Office 2000 Word or Power Point format, and must be received not later than 03 May 05. These white papers may be submitted to the program Contracting Officer, Barry Foster, in electronic or hard-copy format: Barry.Foster@wpafb.af.mil Aeronautical Systems Center ASC/VFM 2725 C Street, Building 553 Wright-Patterson AFB, OH 45433-7424 FAX: (937) 656-7168 For more information on RWR--F-15 Radar Warning Receiver (RWR) Replacement please refer to http://www.pixs.wpafb.af.mil/pixslibr/RWR/RWR.asp
- Web Link
-
RWR-F-15 Radar Warning Receiver (RWR) Replacement
(http://www.pixs.wpafb.af.mil/pixslibr/RWR/RWR.asp)
- Record
- SN00795085-W 20050427/050425211757 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |