Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SPECIAL NOTICE

15 -- A Request for Information (RFI) for Airborne Resupply/Logistics for Seabasing (AR/LSB) Analysis of Alternatives (AoA) Focused Update - Package #1

Notice Date
5/31/2011
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
RFI-015
 
Point of Contact
Mary P Brody, Phone: 301-737-2985, Beverly Abell, Phone: 301-737-2985
 
E-Mail Address
mary.brody@navy.mil, Beverly.Abelll@navy.mil
(mary.brody@navy.mil, Beverly.Abelll@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI This is a Request for Information (RFI) for planning purposes, as part of an Analysis of Alternatives (AoA) Focused Update for the Medium Lift/Long Range (ML/LR) Carrier Onboard Delivery (COD) mission, led by the NAVAIR Warfare Analysis and Integration Department (AIR-4.10) supporting our sponsor OPNAV N88. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. OPNAV N88 has identified an operational need for an aircraft carrier based aircraft capable of performing the ML/LR COD mission in support of the Carrier Strike Group. This AoA Focused Update is considering needs and options for carrier based COD aircraft in the 2026 timeframe. This RFI enables the AoA IPT to determine the existence of sources that can deliver systems capable of performing the above mentioned Navy COD mission with the following constraints no later than the 4th quarter of Fiscal Year 2026. II. CONSTRAINTS The following constraints apply: i. System must be available for fleet use by 4Qtr FY2026 ii. Ability to launch/recover from USN CVN class vessels (Threshold) / All aviation capable ships (Objective) iii. Capable of an un-refueled range of 1,300 nm carrying a payload combination (passenger (20)/cargo) of 4,000 lbs, and/or 700 cu. Ft of payload under Tropical Day (Threshold) / Hot Day (Objective) conditions iv. Capable of a trans-oceanic ferry range of 2,100 nm to support self deployment mission under Tropical Day (Threshold) / Hot Day (Objective) conditions v. Capable of carrying a combined payload (passenger and cargo) of up to 10,000 lbs to and from the Sea Base under Tropical Day (Threshold) / Hot Day (Objective) conditions III. CONTENT OF RFI RESPONSE The capabilities described herein are intentionally broad to ensure a comprehensive market survey. Responses to this RFI should describe the capability available from each proposed alternative identified for the mission and constraints defined herein. All respondents are requested to provide the following and shall clearly identify any elements of the system that would be delivered with less than Government purpose rights: 1. Provide a general description of the aircraft segment including propulsion system, cargo handling capabilities, mission avionics, performance characteristics, and landing gear configurations. Provide reference design mission(s) and constraints. As applicable, provide further detailed descriptions of the following: Aircraft Design Criteria Dimensional configuration drawings illustrating aircraft geometry Amplifying Information • Folded and unfolded wings (if applicable) • Tie-down points • Inboard profile illustrating the locations of major subsystems Aircraft Design Criteria Breakdown of aircraft weight (in pounds) Amplifying Information • Include design gross take-off weight, aircraft weight empty, operating weight empty, structural weight, useful load, payload weight, fuel weight, maximum carrier recovery weight (i.e. fuel and payload bring-back) Aircraft Design Criteria Aircraft fuel capacity(ies) Amplifying Information • Internal, external, unusable capability Aircraft Design Criteria Aircraft performance data Amplifying Information • Take-off weight/endurance as a function of speed and altitude at Sea Level/Tropical Day • Payload-Range curves • Flight envelope Altitude vs. airspeed/Mach number Aircraft Design Criteria Cargo system Amplifying Information • Describe methods of securing cargo including but not limited to tie-down fittings, restraints, cargo cage, and floor fittings. • Describe the ability to withstand the following loading conditions as applicable: • Trap Landing: 20 g longitudinal, 20 g vertical, and 10 g lateral loading conditions • No-Trap Landing: 4 g forward, 3 g aft, 3 g lateral, 3 g vertical-up • Ability to reconfigure interior to accommodate cargo only, passengers only, and a mixture of cargo and passengers • Limits on cargo positioning due to weight, balance and volume limitations • Describe methods of loading and unloading cargo including but not limited to winches, rails, rollers, and pulleys. • Describe the Air Vehicle capability to transport litters • Describe ability to accommodate wooden pallets, Type 463L half pallets as specified in MIL-HDBK-774 and MIL-P-27443(II) Aircraft Design Criteria Propulsion and power system Amplifying Information • Engine(s) model and version • Engine specifications (dimensions, thrust, weight, specific fuel consumption, etc.) • Engine ratings (take-off, maximum continuous, maximum climb, maximum cruise, etc.) • Typical fuel flow values for takeoff/carrier launch, climb, cruise, loiter, and idle • Engine control system • Electrical power generation capabilities, margins, and growth potential Aircraft Design Criteria Aircraft service life related to notional use spectrum Amplifying Information • Start with Design Life and discuss the various adjustments for your system to meet the missions 2. Describe the CVN integration and suitability of the system, interface concepts, and the ability of the system to interoperate with CVN support, hangar/ deck operations, launch, recovery, Carrier Control Area, and mission operations. As applicable, provide further detailed descriptions of the following: CVN Integration Design Criteria Ability to integrate with Government CVN systems and interfaces Amplifying Information • Supportability, hangar/ deck operations, launch, recovery, Carrier Control Area (CCA), and mission operations as described in NAVAIR document Shipboard Interface Reference Document CVN Integration Design Criteria System suitability for carrier operations Amplifying Information • Maintenance and supportability, hangar and flight deck handling, launch and recovery, and CCA operations. CVN Integration Design Criteria CVN flight and mission operations support concept Amplifying Information • Mission planning, manning, space requirements, data requirements, security requirements, and integration with CVN mission systems • Platform configuration, performance, avionics equipage, software capabilities, and automation capabilities 3. A general description of the system's operations and support concept to include cargo handling, logistics, maintainability, training, etc. As applicable, provide further detailed descriptions of the following: System Operations and Support Design Criteria Cargo handling operations, on land and in a maritime environment Amplifying Information • Ability to handle standardized cargo containers, pallets, etc. • Support equipment for loading and unloading cargo System Operations and Support Design Criteria Sustainability in a maritime environment Amplifying Information • Logistics philosophy, maintenance, corrosion resistant features, training, open architecture features etc. System Operations and Support Design Criteria Manning/staffing assessment for each fielded system and total force in aggregate Amplifying Information • Estimated training requirements • Assume systems will be maintained and operated by fleet Sailors 4. An estimated schedule for system development, testing and deployability assessment to enable deployment of capabilities by 4Qtr FY2026. Identify block/spiral development plans. 5. An assessment of system and subsystem technology, manufacturing, and integration readiness levels with supporting data express as Technology Readiness Levels (TDL's). 6. A rough order of magnitude costs for development, procurement, and support costs. Provide Air Vehicle (airframe, avionics, propulsion and accessories, payload, and air vehicle software), system test/evaluation, system engineering/program management, training, data, support equipment, initial spares and repair parts costs. Provide total software lines of code by software segment and software breakdown by new, modified and reused code. IV. SECURITY INFORMATION The Government anticipates a comprehensive response to this RFI may contain CLASSIFIED information. To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices as required. Companies are to adhere to the National Industrial Security Program Operating Manual (NISPOM) procedures for the transmittal of classified responses. Company responses should clearly indicate the system(s) / technology area(s) addressed and include a one page cover letter, and a three page (maximum) executive summary, with no limit on the detailed content. Companies are not limited to a single response. V. SUBMISSION INFORMATION Parties interested in responding to the RFI must submit a statement of interest no longer than five pages to Ms. Mary Brody (email address: mary.brody@navy.mil) no later than 7 days from the RFI issue date with the following additional data, in order to verify credentials: 1. CAGE code 2. POC name and telephone number to contact for any necessary clarification, to receive additional information, for additional data required by the analysis, and for information on any necessary non-disclosure agreements 3. Answers to the following questions: a. An UNCLASSIFIED description of the concept(s) for meeting the top level required system capabilities listed at the beginning of this RFI b. Describe your company's ability to manage, secure and transmit information up to the level of classification required Full response submissions to the RFI shall be received no later than 30 June 2011. Unclassified data submissions shall include electronic media, Microsoft Office 2003 compatible and 3 hard copies to: Naval Air Warfare Center Aircraft Division ATTN: Ms. Mary Brody (AIR 2.5.1.3.1.2) Exploration IV, Suite 301 22299 Exploration Drive Lexington Park, MD 20653 Ms. Brody's telephone is (301) 737-2985 and the email is mary.brody@navy.mil. Classified information shall be provides as appendices to the full response. Classified appendices (up to SECRET NOFORN) shall be in compliance with current DoD directives and procedures. Classified appendices shall also include electronic media, Microsoft Office 2003 compatible and 3 hard copies, outer envelope addressed to: Outer Address: DEPARTMENT OF THE NAVY COMMANDER NAVAL AIR SYSTEMS COMMAND 48110 SHAW ROAD, BLDG 2187 RM 3280-B6 PATUXENT RIVER MD 20670 Inner: DEPARTMENT OF THE NAVY COMMANDER NAVAL AIR SYSTEMS COMMAND 48110 SHAW ROAD, BLDG 2187 RM 3280-B6 PATUXENT RIVER MD 20670 ATTN: AIR 4.10 Security Address inquiries regarding submission of classified information to Ms. Monica Smith at (301) 757-2405. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. As stated above, this is NOT a request for Proposal. THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. VI. ADDITIONAL INFORMATION This RFI is an exchange of information between Government and Industry. It is the first step of an iterative process aimed at understanding the existence of sources that can deliver an inventory of fleet operable systems capable of performing the ML/LR COD mission described herein. Additional RFIs requesting further detail may be issued in the future to continue the Government's informational exchange with Industry. Information received as a result of this request is expected to be sensitive and/or proprietary to the responding company and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however it is incumbent upon the respondent to appropriately mark all submissions. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. In order to complete its review, NAVAIR 4.10 must be able to share the information within the Government and any responses marked in a manner that will not permit such internal Government review may be returned without being assessed/considered. THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/RFI-015/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02460346-W 20110602/110531234511-64377cc48bb075515a2813b9f7d771c5 (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.