Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2025 SAM #8662
SOURCES SOUGHT

58 -- Request For Information (RFI) - Multi-Mission Radar Systems for Mil and Civ ATC in Europe

Notice Date
8/12/2025 10:16:37 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
HBAN_FMS_Radar_RFI
 
Response Due
9/11/2025 1:00:00 PM
 
Archive Date
09/26/2025
 
Point of Contact
Richard Cincotta
 
E-Mail Address
Richard.Cincotta.1@us.af.mil
(Richard.Cincotta.1@us.af.mil)
 
Description
1.0 Description 1.1 In support of Executive Order 14271, titled �Ensuring Commercial, Cost-Effective Solutions in Federal Contracts�, the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (AFLCMC/HBAN) is issuing this Request for Information (RFI) to gather information from industry on commercially available, non-developmental Multi- Mission Radar Systems capable of supporting both military and civilian Air Traffic Control (ATC) operations in Europe. The information collected will be used to inform potential future acquisitions of radar systems to enhance air traffic safety, security, and efficiency. This RFI is for informational purposes only and does not constitute a commitment, implied or otherwise, that a procurement will follow. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the U.S. Government (USG) to contract for any supply or service whatsoever. Further, the USG is not at this time seeking proposals and will not accept unsolicited proposals. Industry participants are advised that the USG will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. 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 on https://sam.gov/. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background AFLCMC/HBAN requires reliable and interoperable radar systems to support its partner nation�s operational requirements in Europe. These systems must be capable of providing Precision Approach Radar (PAR), Primary Surveillance Radar (PSR), and Secondary Surveillance Radar (SSR) capabilities in fixed, mobile, and/or transportable configurations. Furthermore, the systems must be compliant with both European Union (EU) military and civilian standards for identification and tracking. 3.0 Requested Information Respondents are requested to provide information regarding their existing, commercially available, non-developmental radar systems that meet the following requirements. Please provide clear and concise answers to each question and provide supporting documentation where possible. 3.1 Company General Information: 3.1.1 Company Name and Address: 3.1.2 Contact Person: (Name, Title, Phone Number, Email Address) 3.1.3 System Name and Model Number: 3.1.4 System Status: (e.g., Production, Available for Purchase, etc.) 3.1.5 Brief System Overview: (Provide a brief description of the system, including its intended applications and key features) 3.1.6 System Architecture: (Diagrams or descriptions of the system architecture, including major components and interfaces) 3.2 Performance and Capabilities: 3.2.1 Radar Types Supported: (Specify which radar types the system supports: PAR, PSR, SSR. If a single radar supports multiple types, please clearly indicate.) 3.2.2 Frequency Bands: (Specify the operating frequency bands for each radar type. Indicate if the PAR and PSR frequencies are user selectable.) 3.2.3 Probability of Detection (PD): (Provide PD performance for all radar types in both clear and rain environments.) 3.2.4 PSR/SSR Reinforcement Rate: (Provide reinforcement percentage of correlated PSR/SSR targets over the coverage volume.) 3.2.5 Range and Accuracy: (Provide the maximum range and accuracy specifications for each radar type. Specify under what conditions these specifications are met.) 3.2.6 Coverage: (Provide the horizontal and vertical coverage angles for each radar type.) 3.2.7 Track Capacity: (Specify the maximum number of tracks that each radar type can simultaneously maintain.) 3.2.8 Resolution: (Provide the range and azimuth resolution for each radar type.) 3.2.9 Clutter Rejection: (Describe the system's capabilities for rejecting ground clutter, sea clutter, and weather clutter.) 3.2.10 Interference Mitigation: (Describe the system's capabilities for mitigating interference from other radar systems and communication devices.) 3.2.11 Environmental Operating Conditions: (Specify the operating temperature range, humidity range, altitude, and other environmental conditions the system is designed to withstand. Include any applicable MIL-STD requirements.) 3.3 Identification Friend or Foe (IFF) and Surveillance Capabilities: 3.3.1 Military Modes: (Specify which military modes the system supports: 1, 2, 3, and 5. Indicate the levels supported: Level 1 (Basic) and/or Level 2 (Advanced)). 3.3.2 Civilian Modes: (Specify which civilian modes the system supports: A, C, and S.) 3.3.3 Mark XIIB Certification: (Indicate whether the system is currently Mark XIIB platform certified, IAW Dod AIMS 17-1000 Rev 1.1. Provide supporting documentation if available.) 3.3.4 IFF Interrogation Rate: (Specify the maximum IFF interrogation rate. Provide Interrogation Rate Management documentation if available.) 3.3.5 IFF Processing Capabilities: (Describe the system's capabilities for processing IFF responses, including Probability of Detection (PD), range/azimuth accuracy, range/azimuth resolution, average false target decoding, and transponder reply validation, etc.) 3.3.6 ADS-B Support: (Indicate whether the system supports Automatic Dependent Surveillance-Broadcast (ADS-B) and the associated versions/protocols supported.) 3.4 Configurability and Deployment: 3.4.1 Configuration Options: (Describe the available configuration options for the system, including fixed, mobile, and transportable options. Include information on the setup time, resources required, and personnel required for each configuration.) 3.4.2 Mobility Requirements: (Specify the mobility requirements for the mobile and transportable configurations. Include information on the size and weight of the system components. Provide transportability certification documentation if available) 3.4.3 Power Requirements: (Specify the power requirements and options for each configuration, including voltage, frequency, and power consumption.) 3.4.4 Connectivity: (Describe the system's connectivity options, including interfaces for data transmission, remote control, and network integration. Specify supported communication protocols.) 3.4.5 Integration with Existing Systems: (Describe the system's ability to integrate with existing ATC systems and other sensor networks. Provide examples of successful integrations.) 3.5 Software and Data Processing: 3.5.1 Software Architecture: (Describe the system's software architecture, including the operating system, programming languages, and software libraries used.) 3.5.2 Data Processing Capabilities: (Describe the system's capabilities for processing radar data, including track filtering, track correlation, and threat assessment.) 3.5.3 Data Display and Visualization: (Describe the system's capabilities for displaying and visualizing radar data, including graphical user interfaces (GUIs) and mapping capabilities. Provide visual examples if available.) 3.5.4 Data Recording and Playback: (Describe the system's capabilities for recording and playing back radar data for analysis and training purposes. Provide timeline capacity of recorder.) 3.5.5 Cybersecurity Features: (Describe the system's cybersecurity features, including authentication, authorization, and data encryption. Specify any compliance with relevant cybersecurity standards, such as NIST or ISO.) 3.5.6 Software Updates and Maintenance: (Describe the process for software updates and maintenance, including the frequency of updates and the availability of technical support.) 3.6 Training and Support: 3.6.1 Training Programs: (Describe the available training programs for operators and maintainers. Provide examples of training material if available) 3.6.2 Technical Support: (Describe the available technical support services, including help desk support, on-site support, and spare parts availability.) 3.6.3 Warranty: (Specify the standard warranty terms and conditions.) 3.7 Cost Information: 3.7.1 Estimated System Cost: (Provide an estimated cost for the system, including hardware, software, and installation. Please specify the configuration for which the cost estimate is provided.) 3.7.2 Estimated Life Cycle Cost: (Provide an estimated life cycle cost for the system, including maintenance, upgrades, and training. Please specify the assumptions used in the cost estimate.) 3.8 European Compliance: 3.8.1 Compliance with European Regulations: (Describe the system's compliance with relevant European regulations, including those related to electromagnetic compatibility (EMC), radio frequency (RF) emissions, and air traffic control.) 3.8.2 Availability of Operations in Europe: (Detail any current operational deployments of the system in Europe. Indicate any challenges or issues encountered during these deployments.) 4.0 Responses 4.1 Responses to this RFI should be submitted as a white paper. 4.2 To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such in order to be properly protected from disclosure. No classified information shall be submitted. The Government shall not be liable for damages related to proprietary information that is not properly identified. Any submissions in response to this RFI constitute consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HBAN. 4.3 White papers in unclassified pdf format are due no later than 11 September 2025, 1600 EST. Responses shall be limited to 40 pages and submitted via e-mail to the personnel listed below. Richard Cincotta richard.cincotta.1@us.af.mil Dominic Martone dominic.martone.2@us.af.mil Peter Tybinkowski peter.tybinkowski@us.af.mil Barry Erven barry.erven.1.ctr@us.af.mil 5.0 Questions Questions regarding this market research RFI request shall be submitted in writing by e-mail to the Contracting Officer, richard.cincotta.1@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered via e-mail from the Contracting Officer; accordingly, questions shall NOT contain proprietary or classified information. The USG does not guarantee that questions received after 29 August 2025, 1600 EST will be answered. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to gather market research that can support the potential requirements laid out in Section 1.1. The information provided in the RFI is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items or services 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. All submissions become USG property and will not be returned. We appreciate your participation and contribution to this information gathering effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2459fb3a058542348e25b4634f383ff0/view)
 
Place of Performance
Address: Hanscom AFB, MA, USA
Country: USA
 
Record
SN07548026-F 20250814/250812230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.