Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SPECIAL NOTICE

16 -- Wide Body Aircraft Hard Kill Self Protection Countermeasure System

Notice Date
5/3/2018
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-18-NORFP-418000A-0001
 
Archive Date
6/5/2018
 
Point of Contact
Dave Legg, Phone: 3013428435, Lynn Kaniss, Phone: 3019954038
 
E-Mail Address
david.legg@navy.mil, Lynn.Kaniss@navy.mil
(david.legg@navy.mil, Lynn.Kaniss@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Naval Air Systems Command-Aircraft Division, Aircraft Combat Survivability Division (AIR-4.1.8), under the auspices of the Office of Naval Research (ONR), is seeking information from industry on Hard Kill Self Protection Countermeasure System (HKSPCS) concepts to protect the class of Wide Body (e.g. Boeing 737, 707, 757, 767, DC-10, C-130, etc.) aircraft (and potentially Unmanned Air Vehicles) against long range missiles of various guidance types. Configuration options to be considered, but not necessarily limited to, are identified in the Information Desired section of this RFI. Background With the increasing lethality and guidance mode complexity of long range missile threats, the US Navy is interested in exploring potential alternatives and/or adjuncts to more conventional electronic self-protection solutions. Information Desired: AIR-4.1.8 is requesting white papers from industry regarding the feasibility of developing a HKSPCS as a potential alternative and/or adjunct to more conventional electronic self-protection solutions. The following information is desired: - functional block diagram describing the functions and interrelationships of the system's components - physical details and descriptions of the proposed installation components o A-kit, B-kit and Size, Weight And Power (SWAP) (e.g. size, weight, power required, cooling required, etc.) o system interface requirements with host aircraft o kill mechanism  propulsion  guidance  warhead  launcher - system and component Technology Readiness Levels (TRLs) - proposed Technology Development Phase schedule with associated tasks and milestones to mature and test the HKSPCS to a minimum of TRL6 (i.e. Representative model or prototype system, which is well beyond that of TRL5, is tested in a relevant environment. Represents a major step up in a technology's demonstrated readiness.) - expected system performance o system's capability for threat missile launch detection, missile tracking, intercept convergence and associated timelines for each portion of the kill chain o system level Probability-of-Kill per recommended salvo size per incoming missile target o kill mechanism Probability-of-Kill The following is provided as notional system integration options for consideration: o internal airframe installation for wide body aircraft or unmanned "escort" aircraft o pylon-mounted pod installation option for wide body aircraft or unmanned aircraft  Option 1 • weight not to exceed 2300 lbs • 115 Volts AC, 400 Hz 3 Phase, 2.6Kw (maximum) • 28 Volts DC, 7.5 Amps, ~ 210 watts  Option 2 • Weight range from 850lb - 2896 lbs • Pod not to exceed ~209 inches and diameter not to exceed ~31 inches • BRU-32 bomb rack compatible • 115 Volts AC, 400 Hz Single Phase, 2.9 Amps (maximum) • 28 Volts DC, 3.5 amps (maximum) o System sized for 4 to 10 successful sure kills Response Submittal Instructions Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation or a promise to issue a Request for Proposal (RFP) in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI and for any costs associated with subsequent discussions. The Government will not provide any form of compensation or reimbursement for the information provided or the administrative costs associated with responding to this RFI; all costs associated with responding to this RFI will be solely at the responder's expense. Not responding to this RFI does not preclude participation in any future RFP, if any are issued. Any information provided to the Government as a result of this RFI may be used either directly or indirectly to explore potential alternatives and/or adjuncts to more conventional electronic self-protection solutions. Responses to this RFI are not to exceed 25 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two sided page will be considered two pages for the purpose of counting the 25 page limit. The following may be included and will not count toward your 25 page limit: cover page, table of contents and rear cover page. All submissions should include RFI Reference Number, company, address, CAGE code, DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company's response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject may not be reviewed. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Responses to this RFI may be proprietary to the responding company. Clearly identify the proprietary elements of the system. All responses should be labeled appropriately, and will be handled accordingly. A comprehensive response to this RFI may require a CLASSIFIED response. To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices if required. Unclassified responses and any questions to this RFI shall be submitted electronically to AIR-4.1.8.1 Combat Survivability- Fixed Wing Branch Head, David Legg, david.legg@navy.mil with the subject line "Wide Body Aircraft Hard Kill Self Protection Countermeasure System Response" in Microsoft Word or.pdf format no later than 12:00 PM EST on May 21, 2018. Proprietary responses should be sent in an encrypted form via AMRDEC, or similar secure file transfer site to David Legg, AIR-4.1.8.1 Combat Survivability- Fixed Wing Branch Head, david.legg@navy.mil. Classified responses should be sent to: Outer Wrap: COMMANDER ATTN CODE 418 BLDG 2187 SUITE 1280 NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION 48110 SHAW ROAD PATUXENT RIVER MD 20670-1906 Inner Wrap: COMMANDER ATTN DAVID LEGG CODE 418 BLDG 2187 SUITE 1280 NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION 48110 SHAW ROAD PATUXENT RIVER MD 20670-1906 As stated above, this is NOT a request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. Summary This announcement constitutes a Request for Information (RFI) led by NAWC-AD pursuant to FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes. The information provided in this RFI is subject to change and is not binding by the Government. NAWC-AD has not made a commitment to procure any of the items discussed, and release of this RFP should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.. This sources sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable NAICS code currently assigned to this procurement is 334511.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-18-NORFP-418000A-0001 /listing.html)
 
Record
SN04909905-W 20180505/180503230822-402e01e6ff77e19f9a1fcaf6c2c24d51 (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.