SPECIAL NOTICE
15 -- Request for Information (RFI) Fixed Wing Platform Procurement to support Iraqi Air Force (IqAF) Development
- Notice Date
- 11/17/2005
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
- ZIP Code
- 29152-5004
- Solicitation Number
- RFI0002
- Response Due
- 11/30/2005
- Archive Date
- 12/1/2005
- Description
- Subject: Request for Information (RFI) Fixed Wing Platform Procurement to support Iraqi Air Force (IqAF) Development Purpose: This RFI solicits information from DoD, other government agencies, US and/or foreign companies, who are capable of providing design(s), development, or prototype(s); conducting developmental and operational testing; or producing end items for Iraqi National Government proposed requirements. This RFI is not a formal solicitation nor does it constitute a current or future United States government requirement. Any information provided to the Government is strictly voluntary and at no cost to the Government. Due to the intended use of the information, any systems and/or technology subject to restriction under the US Arms Export Control Act (AECA) will not be reviewed or considered. Eligibility to Participate: DoD, other government agencies, US and/or foreign companies. Program Manager POC: Lt Col Wesley Long, USCENTAF, Comparative Aircraft Study, 150 Bennett Ave, Hurlburt Field, FL 32544-5000, e-mail: ccas@hurlburt.af.mil, phone (850) 884-1415, fax (850) 884-1473 Contracting POC: Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004 Background U.S. Central Command Air Forces (USCENTAF) is conducting a comparative aircraft analysis of airborne platforms available for possible procurement by the Iraqi National Government for use by the Iraqi Air Force (IqAF) to conduct current operations. The results of this analysis will assist the IqAF decision to request proposals for procurement of airborne platforms for use in Iraq. Introduction To facilitate an evaluation of potential solutions, or technology, for USCENTAF?s comparative aircraft analysis for the IqAF, this Request for Information (RFI) solicits information from companies who are able to provide full or partial materiel solutions which may involve design, development, prototype(s), developmental and operational testing, and production of end items to offer solutions or added capabilities for the IqAF. This RFI is not a formal solicitation nor does it constitute a current or future US government requirement. Any information provided to the Government is strictly voluntary and at no cost to the Government. The cost of preparing submission in response to this announcement is not considered an allowable direct charge to the government. Every effort will be made to protect the confidentiality of all submissions. Government support contractors may be used to assist the government with the administration of this effort. Individual support contractors have signed non-disclosure agreements in accordance with their respective contractual agreements. Specifics In coordination with the IqAF, USCENTAF has conducted a strategy-to-task analysis of IqAF mission needs and developed critical fixed-wing mission requirements for all IqAF mission areas. The purpose of the proposed Iraqi procurement will be to acquire, operate and sustain cost-effective and versatile manned platforms to support these critical fixed-wing mission requirements. The primary expected tasks, minimum specific requirements, and desired capabilities for each platform considered is defined for each mission area in paragraph f. below. a. Required Aircraft Characteristics for All Mission Areas The minimum expectation for the possible IqAF procurement is that the selected contractor will deliver and provide support for platforms that are new at the time of purchase, or used with a ?zero-time? power plant and other mission elements. Although specific reliability and maintainability characteristics vary per mission area, nominally each proposed platform should support a system operations tempo (OPTEMPO) of 8 hours per day, 7 days per week, 365 days per year, with an aircraft availability rate of ninety percent (90%) Mission Capable (MC) for completion of day and night missions under Visual Meteorological Conditions (VMC). Platforms must be capable of sustaining an eighty percent (80%) Fully Mission Capable (FMC) rate for the completion of missions under Instrument Meteorological Conditions (IMC), in the environmental conditions expected in the Iraqi Theatre of Operations (i.e. up to 50-degrees Celsius). All proposed platforms must have an Environmental Control System (ECS) that provides cabin air conditioning. All proposed aircraft shall be approved for operation in day/night, and be capable of operations in (IMC) (not in icing conditions). All aircraft should have dual sets of flight controls and be capable of operation from soft fields and remote sites and use military or commercial jet fuel. All proposed systems must be certified to a minimum Federal Aviation Administration (FAA) FAR Part 23 standard, or equivalent international certification, and possess the following general characteristics: 1) Allow for new technology insertion. 2) Be supportable throughout the systems projected life cycle. 3) Have low life cycle support (LCS) costs. 4) Be capable of sustaining mission operations availability rates of ninety percent (90%) MC for Visual Flight Rules (VFR) operations and eighty percent (80%) FMC for Instrument Flight Rules (IFR) operations. The system must be capable of sustainment with a minimum of maintenance and ground footprint. b. Required Communications for All Mission Areas The Communications suite shall consist of internal crew intercom and the ability to communicate to Air Traffic Control (ATC) facilities and operational agencies, both line of sight (LOS) and beyond line of sight (BLOS) via voice on: 1) Civil/ Military VHF Voice 118 - 174 MHz 2) Military UHF Voice 225 - 400 MHz 3) Civil UHF Voice 430 - 470 MHz (Iraqi Police operate in the 450-470MHz range). 4) Civil HF with Automatic Link Establishment (ALE Capability). 1.5-30 MHz The voice communications system shall have the capability to be upgraded to accommodate secure voice communications. c. Required Navigation for All Mission Areas The aircraft navigation system, in addition to standard IFR navigation systems, shall include civil-code Global Positioning System (GPS) equipment for reporting and navigation. The aircraft shall be equipped with an encoding transponder for ATC identification and for operations within civil and military ATC infrastructure. d. Required Logistics for All Mission Areas Under the proposed procurement plan, the Contractor will be required to assist in the design of an Integrated Logistics Support program to include: 1) Creating a technical maintenance program based on OEM recommendations and Commercial and Non Developmental Item (CaNDI) documentation. The program shall conform to requirements set forth by the Airworthiness Authority (AA). The maintenance program shall use an Organizational level maintenance concept with major repair or overhaul accomplished at AA approved overhaul facilities. 2) Designing of a recommended spare parts package to support the desired operations tempo (OPTEMPO) of eight hours per day per aircraft to support a 24/7, 365-day mission. Providing to the Iraqi Government the approved spare parts inventory, general and special test/analysis equipment, tool kits and special tools that may be required for line maintenance. 3) Providing technical maintenance manuals, parts manuals, and inventory documentation to support the recommended parts, tools and test equipment upon first delivery. 4) Providing all manuals and software products required for LCS of the fielded systems upon first delivery. 5) Providing a maintenance program designed to support the repair and/or replacement of system components to include the depot level maintenance and inspections prescribed by the FAA and the OEM. 6) Planning the maintenance concept to take maximum advantage of parts standardization, interchangeability, and commonality; to minimize the number and types of required spares. e. Required Contractor Provided Training for All Mission Areas Under the proposed procurement plan, the selected contractor will be required to provide an initial maintenance and aircrew training program to include: 1) Maintenance: Design a Program of Instruction (POI) and provide initial training for maintenance personnel. All training of maintenance technicians shall be In Accordance With (IAW) the contractor?s proposed training plan and shall follow "Best Commercial Practices". The POI shall include instructions for diagnostic troubleshooting and maintenance for the aircraft and mission specific systems (airframe, engine, avionics, and mission systems). The maintenance training shall be to the standard required for daily turnaround and manufacturer's recommended inspections and maintenance. The training and training materials shall be available in English and also in the user's language insofar as possible. The training package shall include meals and housing accommodation at the contractor?s location 2) Aircrew: Provide a Pilot Aircraft Qualification Course (AQC) that provides training to a standard commensurate with the mission and the safe operation of the aircraft. All pilots AQC training shall be IAW Best Commercial Practices and the contractors proposed training plan. The AQC may assume previous qualified pilot experience with a minimum of specialized equipment training. The AQC shall include emergency/abnormal procedures training. The training shall be provided by certified flight instructors (CFI), or equivalent, and students must demonstrate proficiency in VMC/ IMC navigation and flight competency. The training package shall include meals and housing accommodations at the contractor's location. f. Specific Requirements for Each Mission Area 1) Intelligence, Surveillance, and Reconnaissance (ISR). For a detailed description of the US CENTAF RFI for the ISR mission area, see solicitation Number RFI0001, posted on 15 Nov 2005 by USAF, ACC, 20 CONS under classification code B. 2) Command and Control (C2). The C2 mission includes the ability to conduct tasks such as airborne battle management, communications relay (LOS/BLOS), conduct duties as On-Scene Commander and mission director, and disseminate tactical information in a timely and accurate manner. System shall be capable of integrated joint operations and accessing and fusing pertinent tactical intelligence and information. Proposed platforms should be capable of the following: a) Required capabilities: Dual flight controls with minimum flight crew of one pilot. Minimum mission crew of one mission director and one radio operator. Minimum employment altitude of 10,000 ft MSL. Able to transmit/receive simultaneously on 3 radios (VHF, UHF, and HF) b) Desired capabilities: Multi-mission capable, availability of EO/IR sensor (and sensor operator), NVG compatible, digital data link capable, ECS to include cabin pressurization, able to transmit/receive simultaneously on 5 radios (VHF, FM, 2 UHF, and HF) c) Initial Operating Capability (IOC): Two operating locations with total of 6 aircraft in the first two years. 3) Special Assigned Airlift Mission (SAAM). SAAM includes the ability to conduct Very Important Personnel (VIP) and Distinguished Visitor (DV) airlift, airland, and other high priority airlift missions as directed by the Iraqi National Government to ensure effective governance of all provinces within Iraq. Two classes of airlift capability are sought--light lift class with ability to carry 15 passengers or less and a medium lift class capable of transporting between 15 and 25 passengers. Proposed platforms for both classes should be capable of the following: a) Required capabilities: Short field Takeoff and Landing (STOL). Capable of LOS/BLOS communication with airborne assets, ground forces, and police forces. Able to transmit/receive simultaneously on 3 radios (VHF, UHF, and HF). Defensive systems to include easily removable armor protection, passive/active IR threat suppression and countermeasures. b) Desired capabilities: IqAF fleet commonality, multi-mission capable, multi-engine, secondary navigation systems, comfort package for executive travel, defensive systems to include self sealing internal fuel tanks. c) IOC: One operating location with total of 4 aircraft in the first two years. 4) Air Transport. Air transport includes the ability to conduct airlift of cargo and personnel, airdrop, airland, forward operating location re-supply, and medical/casualty evacuation. Two classes of airlift capability are sought--light lift class with ability to carry 15 passengers or less and a medium lift class capable of transporting between 15 and 25 passengers. Proposed platforms should be capable of the following: a) Required capabilities: For the light lift class, the required range is 750 Nautical Miles (NM) with STOL capability. For the medium lift class, the required range is 1500 NM. For both classes, Capable of LOS/BLOS communication with airborne assets, ground forces, and police forces. Defensive systems to include passive/active IR threat suppression and countermeasures. b) Desired capabilities: Multi-mission capable, defensive systems with self sealing internal fuel tanks, NVG compatible. Medium lift class should be rolling stock capable. c) IOC: One operating location with total of 6 aircraft in the first two years. 5) Light Attack mission provides a strike capability to effectively conduct all airborne offensive counter insurgency operations. Specific mission tasks include Close Air Support (CAS), Air Interdiction (AI), Strike Control and Armed Reconnaissance (SCAR), air and ground armed escort and forward air control. Proposed platforms should be capable of the following: a) Required capabilities: Capable of employing a variety of air-to-ground weapons and munitions, up to an employment altitude of 10,000 ft AGL, including a gun (forward or side firing), unguided rockets, unguided free-fall munitions, and battlefield illumination devices. Capable of LOS/BLOS communication with airborne assets, ground forces, and police forces. Able to transmit/receive simultaneously on 3 radios (VHF, UHF, and HF). Defensive systems to include armor protection, passive/active IR threat suppression and countermeasures. b) Desired capabilities: NVG compatible, STOL, EO/IR targeting sensor, situational awareness datalink, loiter time in excess of 4 hours at normal combat loads. Capable of employing precision guided munitions. c) IOC: Two operating locations with total of 12 aircraft in the first three years. Structure of Submissions Respondents are invited to submit written design, performance, and cost information to the proposed procurement relating to the mission areas above. The written response should contain a point of contact for follow-up questions or contact. Indicate any ability to conduct follow-up briefings at your facility or a Government facility. Each respondent is requested to provide detailed information on all solutions provided. It is the Government?s intention to evaluate the submitted solutions for performance, survivability, and life cycle cost. In addition, each of the specific required characteristics has associated, but yet to be determined, measures of merit which will be used to evaluate submitted solutions. The Government requests each respondent provide sufficient technical and cost related information so the viability of each design can be fully evaluated. Indicate whether the proposed solution is a modification to an existing system or a new design. Identify the representative missions and concept of operations where the proposed design would be successful, or most successful. Identify an acquisition strategy and sustainment strategy (O&S) to include costs, top level schedule (based on an approved contract), and technical risks to reach a proposed Initial Operational Capability (IOC) (defined within each specific mission area) within 3 years. Requested cost information should be provided in both Base Year CY06 and then subsequent years (CY07 and CY 08). Costs should be broken down to include production costs and operating and support costs. In addition, provide the ground rules, assumptions, and program schedule used to calculate the costs. Policy/Procedures All submissions are due to the Program POC, NLT 30 Nov 05. Upon receipt of each submission, the Government will acknowledge receipt to each submitter. For those designs of interest, the Government may solicit additional dialogue with that provider to obtain additional details. This request for information in no way implies either implicitly or explicitly that submitters will be compensated in any way by the government for information or materials provided. All information provided becomes U.S. Government property and will not be returned. Do not submit classified information. All information and/or technologies subject to the AECA shall be clearly labeled in contractor submittals. Furthermore, any information submitters do not wish to be released outside of the US government shall also be clearly labeled in submittals. All properly identified proprietary information will be treated appropriately. Submit any applicable product literature, drawings, brochures, videos, or related material on or before 30 November 2005 via US mail or email; if such information is available via the Internet, a HTTP or FTP link to the materials may be submitted instead.
- Record
- SN00933621-W 20051119/051117211850 (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 |