The RFP Database
New business relationships start here

Laser Detecting Sets (LDS) AN/AVR-2B(V) Kits, Associated Parts, and Services


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Posting Time: 30 days
Notice Type: Sources Sought
Contracting Office: Department of the Army, Army Contracting Command - Redstone, Building 5303 Martin Road, Redstone Arsenal, Alabama 35898- 5000
Subject: Laser Detecting Sets (LDS) AN/AVR-2B(V) Kits, Associated Parts, and Services
Synopsis: This announcement is a Sources Sought (SS)/Request for Information (RFI) for market research. Information is to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. This announcement is not a Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future. No solicitation is available at this time, nor is there an estimated date of solicitation release at this time. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited.
This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue an RFP at some future date, another notice will be published.
Background: The Program Management Office Aircraft Survivability Equipment (PMO ASE) is seeking sources and information for the manufacturing/production of the AN/AVR-2B(V) Laser Detecting Set (LDS), spare parts and services. The PMO ASE is anticipating a limited/minimal LDS and spare parts production program and limited/minimal technical services, engineering support services and logistics services over the next five (5) years. AN/AVR-2B(V), spare parts and services will be required only upon the receipt of valid services requirements.
U.S. Army helicopters are deployed to combat environments where laser weapons and laser aided weapon systems are encountered, which can be used to blind or distract aircrews. Aircrews are targeted by a growing number of ground and airborne weapon systems utilizing Laser Rangefinders, Laser Target Designators, and Laser Beam Riders to improve weapon effectiveness. Integrated laser aided air defense systems include Surface-to-Air Missiles, Air-to-Air Missiles, Anti-Aircraft Artillery, Anti-Tank Guided Munitions, and small arms weapon systems. The only defense against a Laser Beam Rider threat system is the detection of laser beams which allows the aircrew to maneuver to safety. Without laser detection capabilities, the survivability of U.S. Army aircraft greatly decreases.
The AN/AVR-2B(V) LDS is designed to interface with and be displayed on multiple ASE including AN/APR-39 Radar Warning Receiver, AN/AAR-57 Common Missile Warning System (CMWS) and other Multi-Function Display (MFD) or IP1150 units. The required capabilities are defined in the approved Required Operational Capability for ASE dated December 1984, and updated June 1989. The required capabilities of the AN/AVR-2B(V) LDS are to provide laser detecting capability that informs aircrews of impending threats from lasers and laser-aided weapon systems through its interface with the AN/APR-39A RWR, AN/AAR-57 CMWS or, in selected aircraft, through the MFD unit.
The AN/AVR-2B(V) LDS, National Stock Number (NSN): 5865-01 -515-0444 (4-sensor) and NSN: 5865-01-515-0458 (6-sensor), are defined by Performance Specification which defines the production baseline for the AN/AVR-2B(V) LDS, and will be utilized for a proposed contract. Additionally, the Government possesses a Multiplex Interface Control Document (MICD) for the AN/AVR-2B(V) LDS.
The AN/AVR-2B(V) LDS consists of the following Line Replaceable Units (LRUs):
a. Sensor Unit, LDS SU-130B/AVR-2B(V), NSN: 5860-01-511-8345, quantity four or six each per LDS based on platform type.
b. Comparator Module, CM-493B/AVR-2B(V), NSN: 5865-01-514-2857, quantity one each per LDS.
Additional components to be procured include 28 Volt Direct Current (VDC) Power Filter Module (PFM) and the Laser Diode Pulser (LDP). The 28 VDC PFM may be required to meet the specification of some aircraft applications requiring the ability to condition the aircraft 28 VDC power provided to the AN/AVR-2B(V) LDS. The LDP will be utilized as an engineering tool used by fielding teams for aircraft troubleshooting.
The AN/AVR-2B LDS shall be installed on rotary-wing aircraft to detect aircraft illumination by laser energy from laser designators, laser rangefinders and laser beam-rider surface-to-air missile guidance systems and provide aural and visual warnings to the aircrew. The LDS must be integrated to meet the flight and operational environment requirements of the DOD's rotary wing aircraft such as UH/MH-60, CH/MH-47 and AH-64.
The Government requires AN/AVR-2B(V) LDS systems that are form, fit and functionally compatible with previously acquired AN/AVR-2A(V) and AVR-2B(V) LDS B-Kit LRUs and A-Kit components. It is noted the contractor's proprietary rights on the AN/AVR-2B(V) LDS Technical Data Package (TDP) limits the Government's ability to promote competition for this requirement. No changes to existing configurations will be permitted. System integrity shall be maintained.
This effort would be an extension to contract W58RGZ-13-D-0147 utilizing Firm-Fixed Price delivery orders for LDS hardware and Cost Plus Fixed Fee (CPFF) task orders for support services.
RESPONSES: All interested parties should submit a written response to this SS/RFI no later than 30 calendar days after issuance of this RFI release date. Responses shall be limited to 15 one-sided pages. Submissions shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but is not limited to the following:
(A) Company History: A one page history to include previous major products and primary customer base.
(B) Past Experience Information: List your company's experience within the last five years for work of a similar size, type, and complexity as described above. Include the following information: Contract Number, type of contract, Dollar value of contract, Government Point of Contact with knowledge of performance (POC must be current and reachable).
(C) Additional Information: Knowledge of the AN/AVR-2B(V) that would demonstrate a technical/logistics capability to support the LDS in the field. Knowledge of the hardware and software changes necessary to update the threat table for current and future changes. Ability to perform testing for performance verification tests. Government's consideration of the company as a prospective contractor for systems engineering, technical and logistics support services, including the handling of classified information up to the Secret level.
SUBMISSION INFORMATION: Interested offerors shall respond to this sources sought synopsis no later than 5:00 P.M. CST (RSA, AL) on Monday 07 August 2017. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit your response for this market research to Ms. Cassandra Boyd, Contracting officer, Email Address cassandra.t.boyd.civ@mail.mil. All responses to this synopsis should be sent via email.
ADDITIONAL INFORMATION: There is no commitment by the USG to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this SS/RFI. I f a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. The information provided in the RFI/SS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI/SS 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. All information received in response to this SS/RFI that is marked Proprietary will be handled accordingly. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Contracting Office Address:
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
Place of Performance:
ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
35898-5280
US


 


 


James Lightfoot, Contract Specialist, Email JAMES.LIGHTFOOT.CIV@MAIL.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP