Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOURCES SOUGHT

58 -- Design/Develop, Prototype, and Produce Joint Threat Emitter (JTE) Increment 2 (JI2)

Notice Date
10/21/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8217-08-R-JTE2
 
Archive Date
11/27/2008
 
Point of Contact
James G Thiros,, Phone: 801-586-1229, Christine J. Parker,, Phone: 8017776171
 
E-Mail Address
james.thiros@hill.af.mil, christine.parker@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis is a Request for Information to assist the Hill AFB, Utah Range Threat System Program Office (RTSPO) in Market Research of Industry to (1) determine the feasibility of the design, development and production for the Joint Threat Emitter Increment 2 (JI2) program based on a competitive acquisition strategy; and (2) identify potential sources. This Sources Sought Synopsis supercedes previous Sources Sought Synopsis' Reference-Number-FA8217-08-R-TBD_ (posted 7 Nov 07), Reference-Number-FA8217-08-R-TBD2 (posted 8 Nov 07), FA8217-08-R-XXX2 (posted 8 Apr 08). The program office plans to generate requirements that lead to a phased-contract award approach, to help reduce program cost and technical risks. The 1st phase would consist of a competitive source selection that results in awarding a cost-plus type contract to potentially multiple contractors to develop and deliver a system design package. The 1st phase contract award is planned for approximately 3rd quarter FY09. As part of the 2nd phase, a second source selection competition would take place between the contractors who delivered a system design package under the 1st phase contracts, and (possibly) contractors who become source qualified based on delivery of an adequate system design package they develop/complete exclusively at their own expense. The delivered system design packages would be evaluated as a component of the second phase source selection, and a best value award would be made to only one contractor for (1) delivery of one prototype (that gets fully developed, tested, and accepted) using a cost-plus type pricing arrangement; and (2) option(s) for delivery of approximately 20 production units at Firm-Fixed Prices. The program office needs to determine approximately how long a contractor requires for developing and delivering a system design package (if they are awarded a contract under the 1st phase) that allows the contractor to provide (in a follow-on 2nd phase proposal) a 90% certainty of their proposed development costs and proposed Firm-Fixed Price production unit prices. JI2 is the second development effort associated with the Joint Threat Emitter (JTE) program. The purpose of JI2 is to emulate the SA-15b Surface to Air Missile threat. Top-level system requirements and a technical description are listed below. Request each interested contractor: • Identify an estimated point (e.g., Critical Design Review) or required length of time, during the development effort, that is required to develop and deliver a system design package that allows the contractor to propose a 90% certainty cost for delivery of one pre-production unit that gets fully developed/ tested/accepted, and a Firm-Fixed Price for production JI2 units under an Option. • Provide a Rough Order of Magnitude (ROM) of the estimated total cost for the system design package effort. • Provide a ROM of the estimated total cost for delivery of one pre-production unit that gets fully developed, tested, and accepted under 2nd phase. • Identify its ability to produce with no quantity restrictions (in case the Government does not receive an entire re-procurement package with no less than full Government Purpose Rights that allow for full and open competition, on everything). This is especially important for non-profit applied research type of contractors. • Identify if the company is a small-business and/or meets any other unique classification (e.g. 8(A)). • Identify an estimated completion time-frame for the 2nd phase delivery. • Provide input (with rationale) if the company does not believe that a cost-plus type pricing arrangement is the most appropriate for any of the above identified development-type effort (1st phase and/or 2nd phase). Also provide input (with rationale) if your company does not believe that a cost incentive would likely motivate the contractor to manage effectively. • Provide supporting rationale that they can meet the identified requirements. Specifically, include a description of: 1. Their experience developing similar systems. 2. The maturity of any technologies they would propose using. 3. Risk reduction efforts they would use for their proposed development, prototype, and production effort. 4. Technical maturity of the anticipated phased array antenna element, antenna design approach to include a description of the antenna element and phase shifters, and all existing systems and/or applications using the same operational frequency and bandwidth of the technology anticipated to be utilized. • Even though delivery of the requested ROMs is not required, please note that a delivered ROM would be determined to be very beneficial as part of market research, and that a delivered ROM will not be used to make an award decision, or to obligate the Government. JI2 Top-Level System Requirements: General Description: JI2 will consist of a Control Unit identified as JI2-CU, a Radar Unit identified as JI2-RU and will operate with a GFE power generator. The system will be a high-fidelity representation of the Radio Frequency output of the real threat system and will be mobile, operable on the move, and maintainable by organic personnel. The system will contain radars that have internal situational awareness capability and can track multiple targets. The system will be capable of autonomous operation, or deployed as part of an Integrated Air Defense System (IADS) and will contain a robust debriefing capability to support war-fighter training. The system will be highly maintainable and reliable. Threat System: JI2 will emulate a true transmit (TX) and receive (RX) SA-15b radar for the Target Track Radar (TTR), Search and Acquisition Radar (SAR) and will: • The TTR will be highly mobile, full fidelity, true transmit and receive threat radar with multiple simultaneous aircraft tracks (minimum of 2). • The SAR will be highly mobile, full fidelity, true transmit and receive threat radar with ability to generate an air situation picture tracking and prioritizing multiple simultaneous aircraft tracks ( Minimum of 48) with search and track ‘on the move' operations. • Produce antenna patterns representative of the actual threat to include antenna main beam and 1st order side lobes for the SA-15b TTR and SAR at a minimum. • Track the targets using skin tracking. External pointing sources (including ACTS/P5 and other TSPI sources, Identification Friend or Foe [IFF], Federal Aviation Administration [FAA]/DoD radars, Red IADS, etc.) will provide initial pointing information to initiate system-level target acquisition and track initiation. • Be designed to emulate the reactivity of the real system, in lieu of using an EA Receiver, since this increment is multi-track. Mobility: JI2 will consist of a shelter or pallet with skids that can be carried on the back of a standard 1 to 5 ton vehicle and when not mounted on the vehicle can fit on a military stock listed and/or non-specially made commercially procured trailer. The shelter/pallet must have the capability of being lifted by helo/crane and have fork holes for forklift loading/unloading. Weight Limit: JI2 including the generator will weigh a maximum of 10,000 lbs. Reactivity: JI2 must possess reactivity capability for threat system engagement of target platforms with or without air combat instrumentation. Aircrew Feedback: JI2 must possess a video system (with zoom lens) with display and digital record capability to provide post-mission feedback for aircrew debriefing. The camera will be operationally independent of the TTR. If aircraft is within line of sight and visibility is greater than 17 nm, the camera will be capable of tracking a clean F-16 (no external tanks) at all aspect angles and viewing a tracked aircraft (selected by operator) at a distance of 17 nm. JI2 Technical Description: JI2 will be an unclassified, high-fidelity emitter system that will emulate some or all of the signals of the SA-15b. The minimum signals to represent are the SA-15b target acquisition and tracking radar signals. The emitter system is expected to have two antennas, one for acquisition and the second (phased array) for target tracking and missile guidance. The acquisition antenna will support the operational frequency and bandwidth, and antenna beams that match the real system and support determination of the air-situation picture. The target tracking antenna will be a phased array, electronically scanned in azimuth and elevation. This antenna must operate in the J-Band (10 - 20 GHz) frequency range. The threat emitter's signals must be generated with sufficient fidelity to be recognized and processed by applicable onboard sensors to include Radar Warning Receivers (RWRs), Electronic Attack systems, and High-Speed Anti-Radiation Missile Targeting systems associated with existing military aircraft. Antenna patterns will accurately replicate those of the SA-15b, to include antenna main beam and 1st order side lobes. Output power of the phased array antenna will be the full ERP of the SA-15b as defined by the Electronic Warfare Integrated Reprogramming database. The acquisition antenna signal(s) will emulate the SA-15b Search and Acquisition antenna at a 60 RPM rotation rate. The acquisition signal will be transmit and receive with true situational awareness displays The threat emitter must be designed to operate in a military ground mobile environment. Environmental testing for shock, vibration, thermal (Operational between-40 degrees Fahrenheit to +125 degrees Fahrenheit with sun loading) will be used to verify environmental compliance. A single platform will be used. The total weight will be less than 10K pounds and transportable with a commercially available vehicle (Threshold). The desired weight is under 5K lbs, and when under 5K pounds, the system must be helo transportable without dismantling requiring special tools or equipment. The threat emitter will be mobile and operational (Acquisition Antenna only) on the move. The TTR antenna will be available for use immediately upon stopping of movement. The threat emitter will be capable of being deployed for training use in forward operating locations and deployed at improved (e.g. graded roads and concrete pads) and unimproved (e.g. no roads, no pad - literally anywhere on a range) sites. The threat emitter will have the capability to receive, display, measure and store target track related data and provide feedback in ADDS/ICADS/TENA format for Aircrew Debriefing. The threat emitter will be designed as a modular system with replaceable sub-assemblies to enable future implementation of additional objective threats, IR/UV stimulation systems) and support ACMI inputs from the range for initial pointing, and additional outputs for Aircrew Debriefing. The modularity will also facilitate minor repairs within 20 minutes to four hours, and complex repairs within two to eight hours. The Mean Time Between Failure (MTBF) will be no less than 500 hours for the entire system, with the objective of 1000 hours or greater. The system will be designed for a system Up-Time Ratio (UTR) of 8 hours per day (Threshold) or 16 hours per day (Objective), 5 days per week, and 48 weeks per year for the 20 year life of the system. The threat emitter will be designed to meet 90 to 100 percent availability of the entire threat emitter during the scheduled operation of the system. The interval between scheduled maintenance actions must be greater than 30 days (Threshold) to no less than 60 days (Objective) with a duration of less than 90 minutes (Threshold) or 60 minutes (Objective) not including travel time. The threat emitter will use a government determined 2-Level maintenance concept and be highly reliable and maintainable. Level 1 Organizational/Intermediate level (on/off-equipment) maintenance will be performed by military/contractor support personnel and Level 2 will be performed by either contracted and/or organic support. The JTE Increment 1 (Block 0, Kit 1) system (which was delivered under a delivery order F09603-01-D-0209-QP05 to MTC Technologies, Inc./Cage Code 9J721) is not required to use the core Block 0, Kit 1 for the design of the JI2. Since the Government may not have a competitive bid package for the JTE Increment 1 (Block 0, Kit 1) system, if a contractor identifies a solution to use the core JTE Increment 1 (a threat kit integrated on the JTE), the contractor must clearly identify (with supporting rationale) how they have the ability to meet the requirements without a JTE Block 0, Kit 1 technical/software package from the Government. At a minimum, following is the technical data and software necessary for compatibility with the JTE Increment 1 that cannot be released due to limited and/or restricted rights include: - Threat Emitter Unit Signal Generator (CEESIM) software - Range Data Integration Processor components of the Command & Control subsystem software - Mission Situation Awareness Terminal components of the Command & Control subsystem software - Transmitter controller software Please respond to the following (instead of to the address identified under the Contracting Office Address block): Department of the Air Force, Air Force Materiel Command, OO-ALC/84 CBSG/PK; Attn: James G. Thiros; 6039 Wardleigh Road, Bldg. 1206; Hill AFB; UT 84056-5838 (or e-mail: James.Thiros@hill.af.mil). Fax is 801-586-3366. If the response is not through an e-mail, please send an e-mail to notify that the response has been mailed, e-mailed, or faxed. This is not an RFP or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this Sources Sought Synopsis/Request for Information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and reviewed (by the Government and support contractors), and may be used to develop an RFP for development of the threat emitter. Point of Contact: James G. Thiros, Contracting Officer; see phone number and additional details under the Primary Point of Contact section.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0d248ad652555772dae1d092926f4b5&tab=core&_cview=1)
 
Place of Performance
Address: N/A, United States
 
Record
SN01694406-W 20081023/081021220939-a0d248ad652555772dae1d092926f4b5 (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.