Alabama Bids > Bid Detail

Future Long Range Assault Aircraft (FLRAA) Mission Systems 2023 Request for Information

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159690074678569
Posted Date: Sep 5, 2023
Due Date: Sep 29, 2023
Solicitation No: 097-23
Source: https://sam.gov/opp/17e1c0ef66...
Follow
Future Long Range Assault Aircraft (FLRAA) Mission Systems 2023 Request for Information
Active
Contract Opportunity
Notice ID
097-23
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 05, 2023 01:58 pm CDT
  • Original Response Date: Sep 29, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1520 - AIRCRAFT, ROTARY WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Future Long Range Assault Aircraft (FLRAA) Mission Systems 2023 Request for Information



Product Service Code: 15 - AEROSPACE CRAFT AND STRUCTURAL COMPONENTS



NAICS Code: 336411 – Aircraft Manufacturing; 336413 – Other Aircraft Parts and Auxiliary Equipment Manufacturing; 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; 334290 – Other Communications Equipment Manufacturing; 54151 Customer Computer Programming Services



Place of Performance: Army Contracting Command - Redstone 5303 Martin Road Sparkman Center, Redstone Arsenal, AL 35898, USA



Title: Request for Information (RFI): The purpose of this RFI is to collect technical information to inform the Modernization Product Office of future Mission Equipment Systems capabilities to support Increment 2 of the Future Long Range Assault Aircraft (FLRAA) Program.



Description: The Program Executive Office (PEO) Aviation, Project Manager (PM) FLRAA, on behalf of the Warfighter, seeks information on capabilities of Mission Equipment Systems to support Increment 2 of the FLRAA Program.



FLRAA Mission Equipment Capability Information sought: PM FLRAA seeks information on the current state of technology and technology maturation through Fiscal Year 2030. The maturation roadmaps shall indicate Technology Readiness Level (TRL), Manufacturing Readiness Level (MRL), and Integration Readiness Level (IRL) to support FLRAA Increment 2 development/integration/delivery.



The Government is researching industry's technologies and capabilities, but also seeking input on how their technology applies a Modular Open Systems Approach (MOSA) and software-based applications to rapidly upgrade technology for the Soldier. The Government is focusing on technology across the domains below to inform the FLRAA Increment 2 strategy.



FLRAA Equipping Domains:

1. Sensors:

a. Sensor systems capable of providing:

i. Wire/obstacle detection

ii. Weather penetration (smoke, sand/dust - including brownout, fog, rain, clouds, snow – including whiteout, smog, night, and flat light from light to high density/intensity)

iii. Terrain following and terrain avoidance through all degraded visual environments (DVE) conditions

iv. Weather radar

v. Situational awareness

vi. Future usage for pilotage covering 360 degrees in DVE



b. Multipurpose sensors capable of reducing the overall number of hardware solutions externally mounted on the aircraft without loss in capabilities.



c. Software (such as sensor fusion) and algorithms supporting sensors written to Future Airborne Capability Environment (FACE), Future Vertical Lift (FVL) Architecture Framework (FAF) and DO-178C Design Assurance Level (DAL) A standards and their portability.



d. Component solutions that meet native communication objectives for connection to the digital backbone (DBB) (Native Time Sensitive Network (TSN)).



2. Communications:

a. Multi and single band, software defined radio systems and network communication sets capable of providing line of sight and beyond line of sight communication in the following:

i. High Frequency (HF)

ii. Very High Frequency (VHF)-Amplitude Modulation (AM)/Frequency Modulation (FM) (single channel, Maritime, SINCGARS and 8.33 KHz)

iii. Ultra High Frequency (UHF)-AM (single channel, HAVEQUICK I/II, and SATURN)

iv. UHF Satellite Communication (SATCOM) (Single, DAMA, DAMA I/W, MUOS)

v. Link 16

vi. Association of Public-Safety Communications Officials-International (APCO) 25

vii. Warrior Robust Enhanced Network (WREN) TSM (10 MHz or better)

viii. Tactical Common DataLink (TCDL) and Bandwidth Efficient-Common DataLink (BE-CDL)

ix. New networking waveforms (Open Source or Government Purpose Rights (GPR))

x. internal communication systems



b. Communication systems that meet 3U Virtual Path Cross-Connect (VPX) and Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, Reconnaissance (C5ISR) Modular Open Suite of Standards (CMOSS) compliance.



c. Solutions should support reduced size, weight, power, and cooling (SWaP-C) over current systems, growth path to aviation communications chassis, support MOSA/FAF/FACE/HOST objectives, and meet native communication objectives for connection to the DBB (Native TSN).





3. Identification:

a. Transponder systems capable of civil identification and tactical identification, friend or foe (IFF) in modes 1, 2, 3 A/C, 4, 5, S, M5L2-B In/Out, and Automatic Dependent Surveillance-Broadcast (ADS B) In/Out.



b. Solutions should support reduced SWaP-C over current systems, growth path to aviation communications chassis, and support MOSA/FAF/FACE/HOST objectives and meet native communication objectives for connection to digital backbone (DBB) (Native TSN).



4. Navigation:

a. Aircraft navigation sets capable of legacy and NextGen civil navigation modes in the following:

i. VHF Nav/ILS

ii. TACAN

iii. Doppler

iv. Radar altimeter

v. Embeded Global Position System/Inertial Navigation System (EGI) with M-code encryption and assured precision navigation and timing (A-PNT) solutions for aerial navigation in GPS denied environments.



b. Solutions should also play a key component in Alternate-PNT (Alt-PNT) to further support GPS denied environments. A self-contained precision timing device to augment the EGI when GPS service is unavailable (e.g. chip scale atomic clock), smaller form factor velocity sensors (e.g. doppler sensor), visual based navigation sensors, and fusion software that pull all capabilities to aviate in a GPS denied environment.



c. The navigation solutions and software applications should support platform supervised autonomy.



d. Solutions should support reduced SWaP-C over current/enduring systems, growth path to aviation communications chassis, support MOSA/FAF/FACE/HOST objectives and meet native communication objectives for connection to digital backbone (DBB) (Native TSN).



5. Mission Processing:

a. Mission processing systems that can provide a safety of flight certified multi-core-based DO-297 Integrated Modular Avionics (IMA) computing platform.



b. The mission computing platform should be capable of supporting an ARINC 653 Operating System, multiple multiplexed video and audio streams, graphics processing, networking implemented with open standards (FACE, HOST, CMOSS, SOSA), discrete I/O, and analog interfaces. The processing systems should bring more computing power yet also enable MOSA for future growth/expandability.



6. Operating System and Software Applications:

a. A FACETM conformant operating system capable of time and space partitioning of various I/O services, APIs, runtime environments, and other software applications.



b. Software applications should be DO-178C at the appropriate DAL and support sensors, communication systems, navigation systems, pilot interfaces, and other I/O systems.



c. Software should provide fused database and sensor data to cockpit displays or heads up displays agnostic of hardware through an integrated modular avionics (IMA) environment.



7. Pilot Interfaces:

a. Cockpit displays, heads up displays, helmet mounted displays with a focus on binocular displays, rated up to Design Assurance Level (DAL) A for pilotage, and compatible to Army's HGU-56 helmets, pilot interfaces to the operating system, artificial intelligence (AI), machine learning (ML), and voice activation technology.



b. Solutions should reduce pilot workload and support autonomous functions (e.g. voice command functions, advanced teaming workload reduction, etc.).



FLRAA Mission Equipment Response Instructions:

At a minimum, white paper responses should address the following:

1. Provide a detailed system description of the capability solution to include the SWAP-C.

2. Provide feedback on and compliance to the above technical requirements for the capability solution(s) provided.

3. Provide an assessment of the TRL, MRL, and IRL of the product and technology maturation roadmap. Substantiate the TRL and IRL assessments according to the GAO Technology Readiness Assessment Guide, GAO-20-48G dated January 2020. Substantiate MRL assessment according to the criteria in the DoD MRL Deskbook 2018.

4. Provide mechanical, electrical, and data interfaces, whether these interfaces support a MOSA, and all supported data networks.

5. Provide previous relevant platform integration efforts. For technology solutions not already integrated on an aviation platform, provide an estimate on technology maturation.



If available, response can include the following to demonstrate maturity and inform PM FLRAA’s modernization strategy.



1. Estimated drag values for external mounted components.

2. Cost data for delta test and integration, operations and support, and unit production.

3. Qualification test report reference (Title, Date, Year).

4. System performance data to the extent available and relevant test data demonstrating the performance.

5. Projected production capacities.

6. Intellectual property and data rights assertion(s).

7. Supportability requirements that encompass all Integrated Product Support (IPS) Elements (e.g. supply support, maintenance planning & management, packaging, handling, storage, and preservation (PHS&T), computer resources support, training) A strategy on how the solution(s) can be supported with organic maintenance in the field.

8. A strategy on how the solution(s) can be supported with organic maintenance in the field.

9. Shelf life and sustaining engineering efforts.

10. Reliability and maintainability information.

11. Projected list of support equipment, tools, special tools and/or test equipment.



Instructions for Submission: Responses to this RFI will be used for information and planning purposes only and does not constitute a proposal. This RFI, issued in accordance with FAR 15.201(e), is for the purpose of preliminary planning and is not a Request for Proposal (RFP) or solicitation. This RFI does not commit the Government to a contract or an agreement for any supply or service. The issuance of this RFI does not obligate or restrict the Government to an eventual acquisition approach, nor does it obligate the Government to issue a solicitation. Unsolicited proposals or any other kinds of offers will not be considered or accepted by the Government to form a binding contract.



The information provided in this RFI is subject to change and is not binding on the Government.



Respondents are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this RFI. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review.



Proprietary information should be clearly marked. No classified documents shall be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the US Government and will not be returned. All information received in response to this RFI marked "proprietary" will be handled accordingly.



The Government will utilize non-Government personnel (support contractors) to review responses to this RFI. Markings on the submissions in response to this RFI should reflect the information is releasable to DoD support contractors solely for the purposes stated herein.



Responses to this RFI shall not exceed total email file size of 10MB. Responses exceeding this limit will not be reviewed by the Government. White Paper responses to the technical requirements shall not exceed 10 single-sided pages on 8.5 x 11 size paper, shall not include a font size smaller than Arial 10, and shall include all applicable technologies identified herein. All information must be readable by Microsoft (MS) Word 365, MS Excel 365, and compatible versions, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information). All responses shall be submitted via email to the point of contact listed below.



FLRAA RFI Responses should include:

1. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address

2. Point of contact, including name, title, phone, and email address

3. Small or large business

4. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business



This RFI will be open from date of publication through 29 September 2023. Information may be submitted by parties including commercial firms, institutions of higher education and with degree granting programs in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns.



All responses must be delivered by 1600 Central Time on 29 September 2023 to:



Derek Daughtry

Program Integrator, Modernization Program Office

Future Long Range Assault Aircraft (FLRAA)



usarmy.redstone.peo-avn.mbx.flraa-ind-day-mission-systems@army.mil




Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Secondary Point of Contact
History
  • Sep 05, 2023 01:58 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >