Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOURCES SOUGHT

15 -- Request for Information (RFI) for the Army MQ-1C Gray Eagle Unmanned Aircraft System (UAS) Data Link Suite - RFI for Army Gray Eagle UAS Data Link Suite

Notice Date
8/27/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-RSA - (Aviation), SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-16-R-XXXX
 
Archive Date
10/31/2015
 
Point of Contact
Jonathan G. Wood, Phone: 2568768519
 
E-Mail Address
jonathan.g.wood5.civ@mail.mil
(jonathan.g.wood5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Word copy of Description section. Formatting did not allow for pictures, etc. *********** This is an RFI only *********** This request is for planning purposes, and shall not be construed as a solicitation announcement, invitations for bids, requests for proposals, quotes or an indication that the Government will contract for the items contained in this notice. After reviewing the descriptions currently posted to FEDBIZOPS, interested capable vendors are invited to provide responses. The Government will not reimburse respondents for any cost associated with the submissions of the information being requested nor incurred to the interested parties for responses. Additionally, your response will be treated only as information for the Government to consider. As previously stated respondents will not be entitled to payment for direct or indirect costs that are incurred in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Request for Proposal, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Responses may include data that the contractor does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: "Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response." Your company may also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response." Security Requirements: Foreign participation is excluded from participating in response to this RFI. Responders must have a COMSEC account and must demonstrate the ability to maintain Defense Information Security Program Standards. Security requirements for the contract will be Secret facility and individuals for selected personnel, Secret, Sensitive Compartmented Information, and Communications Security. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. 1. Overview This RFI provides an outline for the potential revamp of Army's Gray Eagle UAS data link equipment. The Army is investigating potential equipment that can be inserted into the MQ-1C Gray Eagle UAS, per Table 1. The Army is interested in acquiring an overall system architect, and/or vendors that can provide subcomponents to include modems, antennas, front-end components, etc. Interested companies who believe they are capable of providing all or part of the information requested are invited to respond. Table 1: Data Link Suite # Categories of Interest Subsections Frequencies 1 SATCOM (Satellite Communication) Air Ku-Commercial, Ka-WGS ( Wideband Global SATCOM), Ka-Commercial Ground Ku-Commercial, Ka-WGS, Ka-Commercial, X-band Commercial 2 LOS (Line of Sight) Air Ku-CDL (Common Data Link) Ground 3 Modems Air Ku-CDL, C-band, S-band, L-band, SATCOM (per above) 4. Receivers, power amplifiers, etc. Air Ground All above 5 SATCOM & LOS Redundancy (Back-up) Link Air To be specified by Contractor in response Ground 2. Requested Programmatic Information The Army is interested in information about the items specified in Table 1. The following are areas of interest: a. Provide Rough Order of Magnitude (ROM) on per unit airborne equipment costs assuming order quantity of 36 to 180 units, show quantity price breaks as applicable b. Provide the lowest cost delivery schedule for airborne equipment assuming quantity of 36 to 180 units with an assumed March 2018 start date c. Provide ROM on per unit ground equipment costs assuming order quantity of 9 to 50 units, show quantity price breaks as applicable d. Provide the lowest cost delivery schedule for ground equipment assuming quantity of 9 to 50 units with an assumed January 2018 start date e. Provide recommended long lead estimates and dates for both ground and airborne equipment given above quantities and assumed January 2018 start date f. Provide engineering substantiating data and/or production maturity information. Describe DoD or commercial platforms that utilize the systems or subsystems that are proposed. Include a current and projected for Technology Readiness Level (TRL) assessments for each component or subsystem. If the system is currently in production, provide information of number of units produced and current production rate. 3. Requested Technical Information For each of the following, please include the appropriate substantiation data (e.g. reports, analyses, test data, etc.) that validates your response. a. For SATCOM items: i. Provide Effective Isotropic Radiated Power (EIRP) linear power range in the frequencies as specified in Table 1, not including radome loss ii. Provide airborne and ground antenna Gain-to-Noise-Temperature (G/T) in the frequencies as specified in Table 1. iii. Describe Energy per Bit to Noise Power Spectral Density ratio (Eb/No) performance in the response for both ground and airborne equipment iv. Provide the Return Link (RL) and Command Link (CL) data rates v. Describe airborne and ground antennas configurations in detail b. For WGS items: i. Assuming that ground equipment is located in the center of the WGS spot beam, provide the maximum radius that the aircraft can fly and still close the link. Provide values for each combination of RL and CL rates; include decibel (db) margin and radome loss, as applicable. ii. Assuming the center of the WGS spot beam is at the center of the circle, provide the maximum diameter with the aircraft flying on one side and the ground equipment located at the other side. Provide values for each combination of RL and CL rates; include db margin and radome loss, as applicable. iii. Provide Expected Army Forces Strategic Command (ARSTRAT) WGS certification dates for both ground and airborne equipment, if applicable c. For SATCOM ground equipment: i. Describe the effect of adding the ability to utilize commercial X-band to forward data back to the US (back haul); especially highlight cost, range, antenna size, SWaP and data rates ii. Specify the number of simultaneous Gray Eagle aircraft your equipment supports. Specify associated RL and CL data rates. Specify redundancy, if transition is automated and time required to complete transition d. For LOS items, provide the frequency range and waveform standards of your equipment as well as data rates, SWaP and cost per unit and associated quantity reduction points. Specify redundancy, if transition is automated and time required to complete transition. e. For airborne and ground equipment: i. Provide reliability data (i.e. Mean Time between Failure (MTBF), Mean Time to Repair (MTTR), etc.). ii. Provide the bit error rates for airborne and ground equipment digital interfaces. iii. Size, Weight and Power (SWaP) characteristics iv. Operational and storage temperature ranges v. Specify if software and firmware can be updated in the field without disassembly vi. List antenna pointing and tracking options. Define available re-acquisition techniques and expected durations. vii. For antennas, specify cost, volume envelope, weight, azimuth and elevation range limits viii. Define Electromagnetic Interference/Electromagnetic Compatibility (EMI/EMC) capabilities (MIL-STD-461/MIL-STD-464 or equivalent) ix. Provide the mean and standard deviation for the latency between input and output x. Describe any safety standards used for the development of Software and Complex Electronic Hardware (DO-178 and DO-254 or equivalent). If DO-178 and/or DO254 were used, provide what Development/Design Assurance Levels (DALs) were used. xi. State military and cargo equipment and/or means it can be transported in (e.g. C-17, CH-47, C-130 type aircraft, rail, cargo ship, highway, etc). Specify validation by analysis, demonstration and/or test. Specify lifting and tie-down provisions for internal/external transport, as applicable. State if equipment is type classified. xii. Describe capability to be commanded and provide status via STANAG 4586 and Army Private Messages. f. For ground equipment, specify environmental (i.e. rain, snow, wind, etc.) requirements (MIL-STD-810 or equivalent) that your equipment satisfies g. For modem equipment, specify interfaces, SATCOM waveforms, SWaP, TCDL waveforms, encryption capabilities and data rates h. Provide recommend changes to desired threshold capabilities that would reduce cost with estimated cost reduction for each recommended change i. List the objective capabilities your equipment can satisfy and any associated additional cost to meet as well as any recommend changes with rationale 4. Desired Threshold Capabilities: a. SATCOM equipment support RL data rates up to 44.7 Mb/s with the CL operating at 0.512 Mb/s. b. Airborne SATCOM antenna(s) volume to fit in envelope below, limited by aircraft radome. Dimensions are in inches. Specify differences in pedestal dimensions as needed. The weight will not exceed 65 lbs. Conformal antenna with a beam steering is also acceptable. c. SATCOM Ground equipment able to support operation with a minimum of two Gray Eagle aircraft equipped with the airborne equipment and have one redundant spare RL and CL channels (redundant components to prevent a single point failure). In response describe if it is feasible to automatically detect failed components and switch to a redundant component and if so how quickly. d. Maximum operational wind of 39 knots for ground equipment, higher desired e. Type 1 NSA approved encryption f. The ground equipment will have a structural safety margin for permanent deformation of at least 2.0. g. Use current aircraft interfaces consisting of Ethernet (payload data to be sent to the ground), RS-422 (High speed/low latency Honeywell 764 INS/GPS data to be used by data link equipment) and MIL-STD-1553B interfaces (commands to data link, INS/GPS and aircraft data to be sent to the ground). Meet or exceed existing size and weight of 10.8" x 8.5" x 13.5" and 33.3 lbs each for the current two modems. h. The modems need the ability to use any standard-common data link (Std-CDL) Rev F and bandwidth efficient-common data link (BE-CDL) Rev A waveforms as well as non-proprietary SATCOM waveforms (e.g. turbo and/or Low Density Parity Check (LDPC) coding) that maximize bandwidth efficiency and range as well as LOS TCDL in C, S and L bands at 2 Mb/s. i. When supporting SATCOM operations, the modems also need to support at least two line of sight (LOS) TCDL. When not supporting SATCOM operations the modems need to support at least three LOS TCDL. j. The ground equipment ideally will use the same modems k. Airborne equipment power interface that accepts nominal 28VDC aircraft power source in accordance with MIL-STD-704E l. Airborne and ground equipment bit error rate not to exceed 10 -6 per second m. Ground equipment power interface that accepts standard worldwide power and Army generator supplied power n. Supports flight operations as shown in figure 1 o. Airborne equipment is compatible with Table 1. In your response define to be specified (TBS) as maximum values your equipment will not have loss of link for greater than 5 seconds for SATCOM and 2 seconds for TCDL p. Provide a low data rate SATCOM link for backup/ferry operations. Anticipate 50 kilobits per second (kb/s) to 250 kb/s for CL and 0.512 Mb/s to 2Mb/s for RL q. Provide a minimum weight and size LOS TCDL ground data terminal to support expeditionary taxi, takeoff and landing operations. Typical data rates would be 0.512 Mb/s uplink and 10 Mb/s downlink and minimum of 10 miles range. Faster downlink rates up to 274 Mb/s is desirable, but weight, size and cost are the key drivers. Should be able to use Std-CDL Rev F and BE-CDL Rev A waveforms Table 1: Aircraft Dynamic Manuvering Levels Directional Parameter Reduced Level Nominal Level Maximum Level Roll Angle (degrees) ±11 ±22 ±TBS Roll Rate (degrees/second) ±2.0 ±6.0 ±TBS Roll Acceleration (degrees/second 2 ) ±1.0 ±3.0 ±TBS Pitch Angle (degrees) ±4.0 ±7.5 ±TBS Pitch Rate (degrees/second) ±2.0 ±6.0 ±TBS Pitch Acceleration (degrees/second 2 ) ±1.0 ±3.0 ±TBS Yaw Angle (degrees) ±7.0 ±7.0 ±TBS Yaw Rate (degrees/second) ±4.5 ±4.5 ±TBS Yaw Acceleration (degrees/second 2 ) ±1.2 ±1.2 ±TBS 5. Desired Objective Capabilities: a. A non-proprietary, standard L-band RF interface will be used between the modems and SATCOM antenna(s). b. The new modems will also support BE-CDL Rev B waveforms c. Add a fourth modem to the airborne equipment within the threshold size and weight capabilities with Type-1 encryption to support LOS TCDL in C, S and L bands at 2 Mb/s as well as any Ku band Std-CDL Rev F and BE-CDL Rev A/B waveforms d. Ground SATCOM equipment will support addition Gray Eagle aircraft with minimal effect to cost, weight and size. State maximum simultaneous carriers and the effect to cost, data rates, SWaP in response. e. Direct 4586 command and control of the datalink f. Improved TCDL antennas g. Reduced footprint of ground equipment to maximize expeditionary capability 6. Requested Logistical Information a. Provide supportability descriptions of the materiel design. i. supply chain process ii. test, support and calibration equipment iii. manpower and personnel requirements (including highly specialized or unique skill/training requirements) iv. system documentation/technical data b. Provide adequacy of maintenance planning for the system (Level of Repair Analysis). i. Define noneconomic repair criteria ii. Define economic repair criteria c. Provide Logistics Support Analysis. i. Based on known subcomponent failure data, provide reliability centered maintenance analyses. ii. Long lead items iii. Repair item list iv. Interim support items v. Tools and test equipment vi. Common and bulk items list d. Provide Human Factors Engineering (HFE) aspects and Manpower and Personnel Integration (MANPRINT). i. Physical Accessibility: identify structural assurance that components requiring monitoring, checkout, and maintenance can be easily accessed. e. Provide Built-in Test (BIT) capabilities i. Test Measurement and Diagnostic Equipment information ii. Embedded Diagnostics/Prognostics and Test Program Sets f. Provide ground handling and maintenance equipment requirements. g. Provide Training aids, devices, simulators, and simulations (TADSS), if any. h. Provide the following sustainment information (breakout between airborne and ground equipment): i. cost to repair ii. Estimate mean down time = total downtime/number of failures i. Provide descriptions of how the airborne and ground equipment are safe, suitable, and supportable by defining: i. Expendable material listing (common items). ii. Nonexpendable material (specific items). iii. High density material expendables listing. iv. Developmental support equipment (common support items). v. Non-developmental support equipment (specific support items). vi. Developmental cryptographic materiel (common cryptographic). vii. Non-developmental cryptographic materiel (specific cryptographic). viii. Software or block upgrades (Government-owned or non-developmental). j. Provide a description of how the airborne and ground equipment can be supported by organic and contract service support. k. Provide a description of how the Logistics Support Analysis (LSA) are supported: i. When and by whom LSA Plan actions will be performed. ii. Supportability requirements, constraints and recommendations. iii. If available, include a Use Study, the Maintenance Concept and required LSA type data elements. 7. Requested Company Information Interested companies who believe they are capable of providing all or part of the information requested above are invited to indicate their interest by also providing: a. Company name b. Company address c. CAGE code [if applicable] d. Business Point of Contact (POC) name, e-mail address, and telephone e. Technical Point of Contact (POC) name, e-mail address, and telephone 8. Responses may be submitted in respondent's preferred format and consist of no more than 25 pages. Abbreviations should be defined either on first use or in a glossary. Charts and graphics should have quantitative data clearly labeled. Assumptions should be clearly identified. 9. Proprietary and other sensitive information should be so marked with requested disposition instructions. Submitted materials will not be returned. 10. E-mail is the preferred method of receipt. Please send responses to the POC listed below. 11. Paper submissions, electronic media (preferred), or physical samples may be sent to the Contracting Office Address provided below. 12. Reponses are requested by not later than 16 October 2015. Interested parties are encouraged to respond early. 13. Submitted responses shall be UNCLASSIFIED unless prior arrangements are made with UAS PMO. Contracting Office Address: US Army Unmanned Aircraft Systems (UAS) Project Manager's Office ATTN: Carolyn J. Gates Building 5300, Sparkman Center Redstone Arsenal, AL 35898 Place of Performance: Worldwide Point of Contact(s): Carolyn J. Gates, Contracting Officer carolyn.j.gates2.civ@mail.mil 256-313-4509 Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 16 October 2015 will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/029fc5b735b0efda767489973cddea8f)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN03858710-W 20150829/150827235413-029fc5b735b0efda767489973cddea8f (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.