Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1995 PSA#1436

ASC/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