|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1995 PSA#1436ASC/LYA, Bldg 28, 2145 Monahan Way, Wright-Patterson AFB, OH 45433-
7017 B -- REQUEST FOR INFORMATION, INTEGRATED MODULAR AVIONICS FOR F-15/F-
16 AIRCRAFT POC Joseph DeKold, (513) 255-7755/Robert Bryte (513)
255-2900, ext. 3863, Contracting Officer. REQUEST FOR INFORMATION ON
INTEGRATED MODULAR AVIONICS FOR F-15 AND F-16 AIRCRAFT. POC: Joseph
DeKold, 2145 Monahan Way, WPAFB, Oh 45433-7017, telephone: (513)
255-7755. The Aeronautical Systems Center (ASC/LYA) is interested in
receiving information on industry's capabilities as described below.
This is an unrestricted Request for Information (RFI). Small businesses
are encouraged to respond to all or any part of this RFI. The
Scientific Advisory Board (SAB) Avionics Panel performed a 1994 summer
study on ''Life Extension and Mission Enhancement for Air Force
Aircraft''. One of the objectives of the Panel was to assess the impact
of life extension and capability enhancement of avionics on the
existing fleet of USAF aircraft. The Panel concluded that common,
modular, integrated avionics provide the flexibility for evolving
threats, adaptability to mission requirements, cross-platform
interoperability and interchangeability, and rapid insertion of
technology. The Panel therefore recommended that ''as avionics in the
fleet need upgrading, they migrate toward a common, modular, integrated
avionics architecture.'' In keeping with this recommendation, ASC/LYA
is soliciting industry's capabilities in the area of modular avionics
as applied to the retrofit of the following functions in the F-15 and
F-16 aircraft (with potential future applications in other aircraft):
Mark XII Identification Friend or Foe interrogator/transponder
(including mode 4 encoding and decoding), Electronic Warfare Warning
System, Mode S (level 3), and Link 16 transmit/receive. In addition to
these functions, F-16 (653 aircraft) will also require TACAN and GPS
in the modular architecture. Affordability is a prime requirement in
this study. The preferred approach is a non- proprietary open system
architecture using Nondevelopmental Item (NDI) components and
consisting of one or more racks populated with common line replaceable
modules. However the system must be able to withstand fighter type
environments. The architecture should be able to incorporate growth for
future requirements or technology insertion. The system should support
a two-level maintenanc philosophy. The system should meet the
following (worst case) requirements: maximum total system power
consumption: 1600 watts, maximum volume: 4000 cubic inches (total
system excluding antennas), maximum required cooling air flow rate: 2
pounds per minute at -20 degrees Celsius to 4 pounds per minute at +10
degrees Celsius. The following information is desired: 1. Literature
(for example: schematics, block diagrams or specifications) describing
your technical approach to provide the given functionality, include
estimates of weight, size, and power consumption and a description of
system maturity. 2. Software required to support the given
functionality (estimates of memory size, data flow rates, etc.). 3.
Your ability to produce the hardware (previous contracts, manufacturing
facilities, etc.). 4. Any experience you have had in the area of
integrated modular avionics. 5. Any experience you have had in
developing software equivalent to that required to support the given
functionality. 6. An assessment of the reliability, maintainability and
supportability of your system, at both the module and system level. 7.
A synopsis of the benefits of your architecture in the areas of growth
capability (including capabilities beyond communications, navigation
and identification), programmability, reconfigurability, standards
used, and module interfaces that allow the architecture to be open. 8.
Your approach to adding the following functions as Preplanned Product
Improvement (P3I) growth capability upgrades. F-15: Satcom (must be
capable of Real Time Information in the Cockpit/Real Time Out of the
Cockpit (RTIC/RTOC) imagery), Programmable Ultra High Frequency/Very
High Frequency (UHF/VHF) radio, Internalized Weapons Data Link. F-16:
UHF/VHF radio, ILS, Satcom (must be capable of RTIC/RTOC imagery. 9.
Your assessment of the program technical, schedule, and cost risks. 10.
Your estimated development and production costs for the primary
functions listed above (not including the P3I) in base year 95 dollars
in the following format. Development: Nonrecurring Hardware (show for
each individual module), Recurring Hardware (show for each individual
module), Software, Systems Engineering/Program Management, Tooling and
Factory Test Equipment, Integrated Logistics Support, Systems Test.
Production: Nonrecurring Hardware (show for each individual module),
Recurring Hardware (show for each individual module), Sysems
Engineering/Program Management, Tooling and Factory Test Equipment,
Integrated Logistics Support, Initial Spares. Cost estimates should be
based upon the following assumptions. Twenty six Engineering
Manufacturing Development (EMD) shipsets (s/s) to be delivered during
the EMD program with EMD start in October 1997. Start of production
buys in 2001 with initial quantity of 60 s/s. Peak buy year in 2005
with 275 s/s. Last year of production buys is in 2007. Total production
quantity buy of 1389 s/s. Assume a two year lead time between
production buy and hardware delivery. 11. Provide any other ground
rules, assumptions, and program scope upon which the cost estimates are
based. 12. Provide a summary level schedule that supports the cost
estimate. 13. For each of the cost elements displayed above, provide
details for how the cost estimate was constructed. 14. Discuss how the
cost methodology addresses risk. 15. Provide any other comments which
you believe relevant to the use of integrated avionics architectures
in military aircraft. You may be invited to present your approach to
the government and possibly the F-16 / F-15 prime contractors at Wright
Patterson AFB, Ohio. In addition, based on the information you provide,
the government may request an on-site visit to further assess
capabilities. The government does not intend to award a contract on the
basis of this request, or to otherwise pay for the information
requested. This is a request for information only-no solicitation
available. This notice does not commit the government to issue a
solicitation or award a contract, or to otherwise incur any liability
associated with the submission of any response or related materials.
Participation is totally voluntary and will be uncompensated. Responses
to this RFI should be limited to 40 pages in length and submitted by 23
October 1995, 1500 hours Eastern Time, to ASC/LYA Bldg. 28, Joseph
DeKold, 2145 Monahan Way, WPAFB, Oh 45433-7017. For additional
technical information, contact Joseph DeKold, (513) 255-7755. The
Contracting Contact Point is Robert Bryte, ASC/LYA (513) 255-2900 Ext.
3863. (0262) Loren Data Corp. http://www.ld.com (SYN# 0009 19950920\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|