SPECIAL NOTICE
16 -- KC-130J and C-40A Countermeasure Suites
- Notice Date
- 11/2/2018
- 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, 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
- N00421-18-NORFP-2515RFI1909
- Archive Date
- 12/15/2018
- Point of Contact
- Dave Legg, Phone: 301-342-8435, Lacee McKinney, Phone: 301-342-2938
- E-Mail Address
-
david.legg@navy.mil, Lacee.McKinney@navy.mil
(david.legg@navy.mil, Lacee.McKinney@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) is seeking information from industry on Countermeasure Systems to protect the KC-130J and C-40A aircraft operating in a variety of threat environments. Background: The United States Marine Corps and United States Navy are conducting a study/market research in order to: •· evaluate the existing combat survivability of the KC-130J and the C-40A, a derivative of the Boeing 737-700C, configurations and assess material solutions to enhance the combat survivability of these aircraft in their respective threat environments •· develop a KC-130J and C-40A Combat Survivability Enhancement Roadmap to include the Technical Readiness Levels of potential survivability enhancement material solutions •· provide recommendations for survivability enhancement Operational Requirements Document (ORD)/ Capability Production Document (CPD) requirements For the purpose of this RFI, the threats of primary interest for the KC-130J include medium range Radio Frequency (RF) guided Surface-to-Air Missile systems (RF SAMs), Electro-Optical or RF-guided Anti-Aircraft Artillery (AAA) systems, and Man-Portable Air Defense System (MANPADS) missiles acting independently or as part of an Integrated Air Defense Systems (IADS). However, the threats may also include long range RF SAMs and Air-to-Air Interceptors (AAIs); armed with a variety of IR and RF guided missiles, operating as part of the IADS. The threats of interest for the C-40A include MANPADS and potentially long range RF SAMS and AAIs armed with a variety of IR and RF guided missiles, operating as part of the IADS. For planning purposes, the countermeasure suites should be of sufficient Technology Readiness Level (TRL) to support production incorporation in the 2025 to 2030 timeframe. Information Desired: The following information regarding countermeasure suites for potential use on the KC-130J and C-40A aircraft is being requested. Note that the suites for the KC-130J and C-40A do not need to be the same; however, commonality of weapons replaceable assembly (WRA) selected for use on each aircraft would be beneficial. •· System - General •o Provide a detailed overview of the proposed system/solution, functionalities, capabilities, physical dimensions, etc. •o Describe setup, integration, interoperability of the system, including countermeasure (CM) response to threats. Include functional block diagram describing the functions and relationships of the system's components, including processor component card configuration, system memory, storage capacity, etc. •o Highlight commonality across other platforms, programs of record, family of systems, etc. •· System Physical Details/Descriptions •o Describe the system size, weight, power and cooling (SWAP-C) (e.g. size, weight, power required, cooling required, etc.) and A-kit/B-kit requirements. •o Provide a functional block diagram describing the functions and interrelationship of the system's components. •o Provide the physical details and descriptions of the existing (or proposed) installation components. •o What are the system interface requirements with host aircraft? What is required to integrate system with existing aircraft & mission systems? •o Is the system compliant with open architecture protocols (e.g. Future Airborne Capability Environment (FACE), Open Mission Systems (OMS), etc.)? •o What structure modifications would possibly be required to install the system, system components, or antennas? •o Illustrate potential, while realistic, antenna and equipment locations on the KC-130J and C-40A for optimal performance. •· System Technology Development •o What TRL level is the system currently? What is anticipated TRL level by 2025? What are the TRL levels of individual components if new design or development? •o What is the growth strategy for the system? Describe system technology development (plans/improvements/etc.) for staying abreast of threat/emitter operational complexities, including TRL levels (current and projected). If required, what is the Proposed Technology Development Phase schedule with associated tasks and milestones to mature and test the system to a minimum of TRL 6 (i.e. Representative model or prototype system, which is well beyond that of TRL 5, is tested in a relevant environment. Represents a major step up in a technology's demonstrated readiness.) •o Describe system product improvement plans, including TRL levels (current and projected). •o What future technology growth can be incorporated in the system? •· System Performance/Capabilities •o What threat spectrums (frequencies and wavelengths) can be detected, analyzed, identified, jammed, etc.? •o What is the Mission Data Library tailorability and size capability? •o What is the means to update the system with emerging threat information? •o Provide actual or expected system countermeasure effectiveness performance (e.g. induced miss distance, tracking error, launch denial, etc.): •§ Test results •§ Modeling & Simulation Results (e.g. results from Enhanced Surface-to-Air Missile Simulation (ESAMS), Radar-Directed Gun System Simulation (RADGUNS), Modeling System for Advanced Investigation of Countermeasures (MOSAIC), etc.). •§ Capability to simultaneously identify and defeat multiple threats •§ Effective Radiated Power •o Threat warning performance •§ Frequency/Wavelength coverage •§ Capability for threat emitter detection and identification in various pulse density environments •§ Threat missile launch detection and tracking capability and false alarm rate •§ Tactical Threat Display formatting, system threat warning alerts, and alert timing to aircrew capabilities •§ Direction of Arrival (DOA) and geo-location capability of system •o Mission Planning capability and Joint Mission Planning System (JMPS) interface ability •· System Maintenance Plan •o Describe the maintenance concept for the system. (e.g. O-level; I-level; D-level). •· Programmatic Information •o Provide a notional integration schedule with recommended tasks for the KC-130J •o Provide a notional integration schedule with recommended tasks for the C-40A •o Provide Rough Order Magnitude (ROM) Non-Recurring Engineering (NRE) and Recurring Engineering Costs for a KC-130J effort assuming 79 KC-130J would be modified with A-Kits and 52 B-Kits would be procured •o Provide ROM NRE and Recurring Engineering Costs for a C-40A effort assuming 15 C-40A would be modified with A-Kits and 5 B-Kits would be procured Response Submittal Instructions Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. 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. Responses to this RFI are not to exceed 100 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 100-page limit. The following may be included and will not count toward your 100-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. Acknowledgement of receipt will be provided if request for return receipt is included with the response. 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. Both Government and Contract Services Support (CSS) personnel are part of the committee for this market research. The RFI will be reviewed by government personnel and may be reviewed by personnel from Air Combat Effectiveness (ACE) Consulting Group (ACE Consulting Group POC: Christopher McKay; christopher.t.mckay.ctr@navy.mil). ACE Consulting Group is a Service Disabled Veteran Owned Small Business that provides expertise in the operational applications of current and future airborne weapons under contract with the government. All associated committee members are required to sign a Non-Disclosure Agreement (NDA) with the government. However, if any submitting company wishes to obtain a separate NDA with the aforementioned CSS contractor(s) prior to response submission, please contact the POC referenced above. If such NDA is obtained, please provide a copy to the government with the response to this RFI. 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 "KC-130J and C-40A Countermeasure System Suites" in Microsoft Word or.pdf format no later than 12:00 PM EST on 30 November, 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. This is NOT a Request for Proposals. 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 RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. 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. Primary Point of Contact: David Legg NAVAIR 4.1 david.legg@navy.mil Phone: (301)342-8435 Primary Contracting Officer: Melinda Stann melinda.stann@navy.mil Phone: (301) 757-0008
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-NORFP-2515RFI1909/listing.html)
- Record
- SN05142566-W 20181104/181102230633-fdbee3110b3a47010712beec86b168b8 (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 |