The RFP Database
New business relationships start here

REQUEST FOR INFORMATION (RFI) - Electro Optic/Infrared (EO/IR) Targeting Pod


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

1.    INTRODUCTION

1.1.    The Naval Air Systems Command, Patuxent River, Maryland is seeking qualified sources that can provide an Electro Optic/Infrared (EO/IR) air-to-air and air-to-surface targeting pod capability focused on reducing the overall operating and support cost. In an effort to enhance sustainment capabilities while lowering life cycle and ownership cost, the F/A-18 & EA-18G Program Office (PMA265) is exploring Non-Developmental Item (NDI) procurement options to either augment or replace the existing Advanced Targeting Forward Looking Infrared (ATFLIR) pod inventory. The NDI system must be currently fielded on tactical strike/fighter aircraft within the Department of Defense (DoD) portfolio and must have an active production line or the ability to establish one with limited to no startup costs and capacity to support production of 250 Pods FY22-FY29. This publication constitutes a RFI notice pursuant to FAR Part 15.201(e). The Government does not presently intend to award a contract but wants to obtain technical capabilities, system sustainment and supportability philosophies, pricing, schedule, and other market information for planning purposes. Follow-up questions may be asked of responders for clarification during the Capabilities Presentations, but this will not indicate a selection of preference. This is not a commitment to fund any effort submitted in response to this request. Any costs related to preparation of a response to this RFI is borne by the party submitting the response.



2.    OPERATIONAL CONTEXT


The EO/IR Targeting Pod referenced in this RFI will be carried on the F/A-18E/F Super Hornet. This multi-mission strike fighter performs the missions of Anti-Air Warfare (AAW); Amphibious Warfare; Anti-Surface Ship Warfare; Strike Warfare; and Intelligence, Surveillance, and Reconnaissance. These missions require an EO/IR Targeting Pod to perform optical combat identification, tracking, and/or weapons guidance against targets during day and night conditions, from rural to highly urbanized terrain. The NDI system shall provide F/A-18E/F aircraft the capability to engage air-to-air and air-to-surface targets independently and/or in concert with the other components of the Federated System. The proposed NDI system shall be supportable until the end of the F/A-18E/F projected service life (approximately 2045). The Targeting Pod shall support 25 operational squadrons, each requiring eight (8) "up" (fully operational) pods at any given time, twenty (20) "up" (fully operational) pods to support the Fleet Recognizance Squadron (FRS), and Eight (8) "up" (fully operational) pods to support test squadrons. Information provided via this request will be used to evaluate and assess the feasibility, complexity and affordability of a replacement EO/IR Targeting Pod to support an initial fielding of CY 2023.


3.    ISSUE/FOCUS AREA



3.1.    Future sustainment of the capability provided by the currently fielded EO/IR Targeting Pod on the F/A-18E/F Super Hornet is of concern to the Government. Without significant investment in component obsolescence redesign, readiness is projected to decrease as sustainment costs continue to increase. Top focus elements of this RFI are: Material Availability, Operational Availability, Reliability, Maintainability, and Operating and Support (O&S) Costs. Elements related to procurement and capability should also be included, but should not be the primary focus of the RFI response.


4.    OPERATING & SUSTAINMENT (O&S) 



4.1.    Outline your proposed sustainment methodology/philosophy and provide sustainment metrics based on the following:
4.1.1.    If the current ATFLIR was completely replaced by the respondent's proposed system, how many systems would be required to maintain an "up" / "ready to fight" population of 228 pods as outlined above? Assume each pod will average 660 operational hours per year.
4.1.2.     Provide the NDI system's current reliability, maintainability, and O&S costs. Use these values to estimate the material availability and operational availability of the proposed system.
4.1.2.1.    Material availability: (operationally available end items / total population)
4.1.2.2.    Using the equation for Operational Availability: (uptime/ (uptime + downtime)): uptime/(uptime + downtime) * x = 228, provide "x" the number of systems required.
4.2.    Identify any potential cost savings based on already completed items or in place maintenance processes. For example, integration costs could be reduced based upon another entity already completing much of the task. O&S cost savings could potentially be realized by integrating into an already existing maintenance environment.
4.3.    Based on existing contracts, what production rate is targeted?



5.    TECHNICAL AND COST INFORMATION


5.1.    The NDI system will be integrated on the F/A-18E/F aircraft and shall contain a Forward Looking Infrared (FLIR) system with Electro Optic (EO) capabilities that can be used for targeting, visual identification, and tracking. The targeting pod's capabilities must provide the warfighters the ability to employ ordnance against current and future threats, to include high precision ordinance on moving targets in high clutter environments. Increased reliability, maintainability and reduced total ownership costs are of significant interest to the Government. Respondents to this RFI should provide:
5.1.1.    Identify the relevant technology available (system name and nomenclature) and technical and manufacturing readiness level
5.1.2.    Provide estimated system performance and supporting technical approach with data from analysis
5.1.3.    System roadmap to include projected capability insertion opportunities and obsolescence management
5.1.4.    Is/are there any hazardous material(s) associated with the pod or support equipment (SE)? If so, what are they?


5.2.    Performance



5.2.1.    Provide the system's performance specification.
5.2.2.    At a classified level, describe the air-to-ground (A/G) and air-to-air (A/A) performance of the pod, include technical analyses and assumptions or measurements that support the topics below
(Note: if the systems have multiple imaging sensors (i.e. IR and TV), lasers , etc. describe the performance for each sub-system):
5.2.3.    A/G Performance
5.2.3.1.    Detection/recognition/identification ranges
5.2.3.2.    Target Location Error (demonstrated CE50 and CE90)
5.2.3.3.    Laser range max range
5.2.3.4.    Laser spot tracker max range
5.2.4.    A/A Performance
5.2.4.1.    Detection/recognition/identification ranges
5.2.4.2.    Ranging Performance
5.2.5.    GPS Denied/Degraded Performance
5.2.6.    Video Datalink
5.2.6.1.    Encryption
5.2.6.2.    Bandwidth Efficient - Common Data Link (BE-CDL)
5.2.6.3.    Power/Range design goals
5.2.7.    Non Traditional-Intelligence Surveillance and Reconnaissance (NT-ISR)
5.2.8.    Pointing angle accuracy, laser accuracy, laser output power, and parameter uncertainty calculations
5.2.9.    Please provide parameters for Night Vision - Integrated Performance Model (NV-IPM) inputs


5.2.10.    Video of A/A and A/G trackers in multiple clutter environments


5.2.11.    Describe the operational flight envelope (acceleration, mach, altitude limits, etc.) and noise and vibration environment the NDI system is currently qualified to.
5.2.12.    If any, identify carrier/shipboard suitability design considerations of your system.


5.3.    Airworthiness



5.3.1.    Are capital assets available for a flight demo and or carrier suitability testing? If not when?
5.3.2.    Are instrumented assets and mass model systems available?
5.3.3.    Carrier Electro Magnetic Interference (EMI) Environment considerations
5.3.4.    Carrier landing shock considerations (cat and trap)
5.3.5.    Discuss the benefits and obstacles to mounting the proposed EO system on any of the following stations: station 5 (left cheek), station 6 (centerline), midboard (3/9), outboard (2/10) stations, or internally-mounted.
5.3.5.1.    Susceptibility to vibration/jitter environment?
5.3.5.2.    Prediction on performance degradation moving to this environment.
5.3.6.    Provide weight and balance information for your proposed application.


5.4.    Maintainability/Reliability
5.4.1.    Estimated system reliability based on historical actuals, data analysis and technical approach
5.4.2.    Recommended maintenance approach/philosophy
5.4.2.1.    Describe how to best support the targeting pod in a carrier environment. What support equipment would you require? How much storage space is needed for support equipment and/or spare parts? Are there any dependencies on eCASS or other USN support equipment?
5.4.2.2.    Describe the repair process. What is the turn-around time? How are long-lead items managed? How would this fit with the extended logistics chain the USN has?
5.4.2.3.    Will USN carrier operations degrade reliability or ease of maintenance relative to shore based units?
5.4.3.    Provide Mean Time To Repair & Failure rate by Organizational-level (O-level) removable/replaceable unit
5.4.4.    Have you completed any studies on changes to your reliability and/or your maintenance philosophies due to operating in the aircraft carrier environment?


5.5.    Logistics



5.5.1.    Technical Publications: USN relies on Interactive Electronic Technical Manuals (IETMs). Please describe and/or show examples of your firm's experience with providing this data to a IETMs integrator which for F/A-18 is currently Boeing.
5.5.2.    Training: USN has familiarization courses for technicians that will be supporting targeting pods at the O-level (plane side) and air crew training material that supports classroom training prior to the aircrew's simulator training. Is the contractor aware of similar courses developed for a nation's armed services; either developed solely by that armed service or with your firm's cooperation? Absent the existence of these courses please describe and provide examples of training materials your firm has developed for technicians and aircrew.
5.5.3.    Targeting pod functionality will need to be modeled for F/A-18 Tactical Flight Trainers (simulators). Does your firm have experience working with simulator integrators of other platforms?


5.6.    Configuration Management



5.6.1.    Does the contractor process Engineering Change Proposals (ECPs)? If yes, do those ECPs lead to the contractor preparing Technical Change Technical Orders (TCTOs) similar to USN Technical Directives?
5.6.2.    USN uses "LOGSETS" which is a database to document configuration of the Weapons Replaceable Assemblies (WRAs) -- which the United States Air Force calls Line Replaceable Units (LRUs) -- installed in their current pod. This documentation includes Part Number (P/N) and Serial Number (S/N) of those WRAs. Are all of the WRAs/LRUs in your system identified by part number and serial number as well as being marked with a two dimensional UID label?


5.7.    Cost Information (Please provide the following)



5.7.1.    To the greatest extent possible, provide rough order of magnitude (ROM) cost estimates and supporting data for total life cycle cost comprised of development costs, procurement costs, and operating and support (O&S) costs. Include assumptions, methodologies, and parameters for the ROMs, including location of the pod on the aircraft. Provide any assumptions made regarding government furnished property, facilities, or other support. Should time constraints bar the building of detailed ROM estimates as described below, please provide related historical and current cost data with associated metrics (quantities, dates, etc.) and an explanation of how this would drive the particular ROM estimate.
5.7.2.    For development cost, please differentiate between Recurring and Nonrecurring cost for aircraft integration, carrier suitability, test and qualification, and demonstration. Please also include any delta development costs for unique-to-the-Navy logistics required to support the system. Historical integration costs are of special interest to the Government.
5.7.3.    For procurement cost, provide the number of units assumed for procurement, production line capacity, and costs associated with adding Navy units to the production line that would be borne to the Navy. Please also include procurement of the necessary peculiar support equipment for each level of maintenance, squadron and wholesale spares, technical publications, and training courses/equipment to adequately support the system to the stated availability requirement. For squadron spares in particular, please provide the assumptions you used to generate the cost, including availability, quantity of pods per squadron, and shipboard turn around time. Historical unit pricing and quantities are of particular interest, as well as a explanation of how the historical data is used to derive the procurement ROMs submitted
5.7.4.    For O&S cost, recommend a maintenance cost per flight hour and provide associated costs for a sustainment infrastructure required to maintain the system at the subsystem level in connection to the responses for Reliability, Maintainability, and Logistics. An explanation detailing the link between historical maintenance costs and the provided O&S maintenance ROM is of particular interest. If practical, please include any information or projected schedule for future modifications or system upgrades past the production period.



6.    SCHEDULE



6.1.    Provide a schedule to include major and minor milestones from 2020 to 2029



7.    LETTER OF INTENT



7.1.    Parties interested in responding to this RFI shall submit a Letter of Intent (LOI) no longer than six pages in Contractor format, on 8.5" x 11" paper, 12 point Times New Roman font with 1" margins to Christopher.Harritt@navy.mil no later than Thursday, August 22, 2019 by 4:00 PM EDT with the following data, in order to verify credentials and capabilities of the respondents (Do NOT submit classified information).


7.1.1.    A UNCLASSIFIED description of your company's concept(s) for meeting the top level capabilities listed at the beginning of this RFI
7.1.2.    CAGE code
7.1.3.    Mailing Address
7.1.4.    POC to contact for any necessary clarification, for additional data required by the analysis, and for additional information on any necessary non-disclosure agreements


7.1.5.    Receipt of the LOI is determined by the timestamp of the email as received by Christopher Harritt.



8.    RESPONSES



8.1.    Respondents shall provide a complete response to the RFI. The response shall be provided via one hardcopy and on CD ROM (or DVD) in Microsoft Office Suite compatible format on 8.5"x11" paper using 12 point Times New Roman font with 1" margins. The response shall be provided in English.


8.2.    Deliver the UNCLASSIFIED response to:


Naval Air Systems Command, Attn: Christopher Harritt
47123 Buse Road, Building 2272, Suite 453, Patuxent River, MD 20670-1547


Respondents may include a CLASSIFIED section or response (up to SECRET), if applicable, via one hardcopy and on CD ROM (or DVD) in Microsoft Office Suite compatible, formatted on 8.5" x 11" paper, 12 point Times New Roman font with 1" margins to the Contracting Officer's Security Representative at the classified mailing address below. All classified shall be handled and delivered IAW DoD 5220.22M (NISPOM).


Both the UNCLASSIFIED and CLASSIFIED responses are due Thursday September 19, 2019 no later than 4:00 PM EDT.


The Government reserves the right to accept responses that come in after the deadlines published in this notice. Respondents shall be responsible for establishing NDAs prior to submitting responses. Responses to this RFI will not be returned nor will respondents be notified of the results of the review. Submit all UNCLASSIFIED questions pertaining to this RFI only via email to: Christopher.Harritt@navy.mil


Provide any CLASSIFIED (up to SECRET) questions regarding the RFI, or response in writing to the Contracting Officer's Security Representative at the classified mailing address below.


The outer and inner envelopes should be addressed as follows:


Outer Address:
COMMANDER DEPARTMENT OF THE NAVY
PROGRAM EXECUTIVE OFFICER (PEO(T))
47123 BUSE ROAD, BUILDING 2272 UNIT IPT
SUITE 445 - PMA-265 F/A-18 PROGRAM
PATUXENT RIVER, MD 20670
ATTN: PROGRAM SECURITY MANAGER


Inner Address:
COMMANDER DEPARTMENT OF THE NAVY
PROGRAM EXECUTIVE OFFICER (PEO(T))
47123 BUSE ROAD, BUILDING 2272 UNIT IPT
SUITE 445 - PMA-265 F/A-18 PROGRAM
PATUXENT RIVER, MD 20670
ATTN: EO/IR IPT


8.3.    Data Protection:



8.3.1.    The respondent is responsible to clearly mark the specific information in their response that they consider to be proprietary. Responses not marked to clearly identify the information considered proprietary information may be returned without being assessed or considered. Responses in which the entire response is marked as proprietary may be returned without being assessed or considered. Information received from respondents will be reviewed by the F/A-18 & EA-18G program office systems engineering and program analyst staff that includes contracted support personnel; submission of a response constitutes approval for review of the information by contract support personnel.
8.4.    Only U.S. companies based in the U.S. will be permitted to respond to this Request for Information. Reponses to questions from interested parties will be done at a summary level without disclosing proprietary data, promptly answered and provided equally to all interested parties.



9.    CAPABILITY PRESENTATIONS


9.1.    Respondents may desire to give a capability presentation to the program in addition to the submission of an RFI response. Presentations shall be submitted no later than Thursday September 19, 2019 by 4:00 pm EDT. However, the Government reserves the right to accept responses that come in after the deadline published in this RFI notice. The capability presentation shall include technical and cost information requested in the above paragraphs. The capability presentations shall not exceed 1 hour and are limited to 60 slides. Presentations shall be limited to Microsoft PowerPoint format and shall be simplistic in format and should not include foam board presentations or other elaborate visual aids that do not add significant value to the technical information. Simplicity in format is highly encouraged. Capability presentations are planned for the week of September 30, 2019 (Tentatively scheduled for Patuxent River, MD).


9.2.    Please submit one (1) hard copy and one (1) CD ROM electronic copy of your UNCLASSIFIED presentation in Microsoft PowerPoint or PDF format no later than 4:00 PM EDT September 19, 2019. Hard copies of the UNCLASSIFIED presentation should be submitted to the following address:


Naval Air Systems Command, Attn: Christopher Harritt
47123 Buse Road, Building 2272, Suite 453,
Patuxent River, MD 20670-1547


9.3.    Once a presentation has been submitted, someone will contact you to schedule a time to brief your presentation.


9.4.    Respondents may provide a CLASSIFIED section or presentation up to SECRET, if applicable, via one hardcopy and on CD ROM (or DVD) in Microsoft PowerPoint compatible format to the Contracting Officer's Security Representative at the classified mailing address in section 8.2. Provide CLASSIFIED (up to SECRET) questions regarding the presentation in writing to the Contracting Officer's Security Representative at the classified mailing address in section 8.2 no later than 4:00 PM EDT September 19, 2019. The presentation limit is 30 slides for Unclassified and Classified submittals.


10.    SECURITY


Classified information (up to SECRET) shall be handled IAW DOD 5200.22-M, SECNAV M-5510.36B, DOD 5200.01


Timeline/ Event Date:
RFI Issue: Thursday, August 15, 2019
LOI Response: Thursday, August 22, 2019
Responses Due: Thursday, September 19, 2019
Presentation Materials Due: Thursday, September 19, 2019
Capabilities Presentations: Week of 30 Sept 2019


Christopher J Harritt, Contracting Officer, Email christopher.harritt@navy.mil - Tamiko C. Blackson, Contract Specialist, Email tamiko.blackson@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP