Alabama Bids > Bid Detail

FLRAA MEDEVAC 2023 RFI

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159733313351286
Posted Date: Jul 29, 2023
Due Date: Aug 7, 2023
Solicitation No: FLRAA_MEDEVAC_2023_RFI
Source: https://sam.gov/opp/a60a42a739...
Follow
FLRAA MEDEVAC 2023 RFI
Active
Contract Opportunity
Notice ID
FLRAA_MEDEVAC_2023_RFI
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 28, 2023 11:08 am CDT
  • Original Published Date: Jul 25, 2023 08:12 am CDT
  • Updated Response Date: Aug 07, 2023 04:00 pm CDT
  • Original Response Date: Aug 07, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 22, 2023
  • Original Inactive Date: Aug 22, 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 View Changes

Amendment 1, 28 July 2023: Update to diagram on attached PDF



FLRAA MEDEVAC 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; 541511 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 MEDEVAC capabilities to support Increment 1 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 MEDEVAC. This information will inform FLRAA MEDEVAC risk reduction activities for FLRAA MEDEVAC. Additionally, interested parties are advised to closely review the Pre-Industry Day Notice posted on or around 21 July 2023, as it provides essential information on the process to attend the resultant Industry Day and follow-on Government and Industry sessions. Please note that, in addition to the white paper response provided to this RFI, parties interested in attending the resultant Industry Day must also provide a written request for attendance. The written request must be sent to usarmy.redstone.peo-avn.mbx.flraa-2023-pre-ind-day-notification@army.mil. The request for attendance must include a short description of the system solution to be briefed. For additional information, see aforementioned Pre-Industry Day Notice. Only US Citizens are authorized to participate.





FLRAA Mission Equipment Capability Information sought: The FLRAA PM seeks information on the below MEDEVAC solutions and their relative maturity leading to future integration into the FLRAA aircraft production line.





The Government is seeking qualification, performance, integration, and supportability data on FLRAA solutions with the capabilities described. The Government is particularly interested in solutions that conform to aircraft shape and utilize hardware agnostic software.





The USG is interested in inventive or creative ways that a respondent’s proposed solution for a specific requirement(s) could be reduced in terms of space, weight or cost, or meet additional requirements if given access to other on-board sensors and/or a centralized processing environments under the Modular Open System Approach (MOSA) construct.





In addition to the information below, Enclosures 1 and 2 are available upon request. For an interested party to request the Enclosures, they must send a written request to usarmy.redstone.peo-avn.mbx.pm-flraa-security-office@army.mil. Security will clear the interested party, and then the Enclosures will be sent to the interested party.





FLRAA MEDEVAC Equipping Domains:




  1. Aircraft Hoist: Aircraft hoist systems capable of lifting 800 lbs. and meet the attached Rescue Hoist Guide requirements.

  2. MEDEVAC Enhanced Modular Patient Handling System (EMPHS): A EMPHS capable of fitting in the FLRAA aircraft cabin and meeting the requirements of the attached EMPHS Guide. (Note: For reference, the FLRAA estimated cabin dimensions are provided in the figure below. Units are inches.) *See attached PDF (FLRAA MEDEVAC 2023 RFI Amendment 1) for figure*

  3. MEDEVAC Mission Sensor: To perform the medical evacuation mission, the crew must quickly locate and extract patients and coordinate with joint and combined forces, in widely varying conditions of climate and visibility. Existing technologies such as continuous zoom High Definition (HD) Thermal Imager, Electro-Optical HD Day TV (DTV) sensor, Low-Light sensor, and Multi-spectral Infrared (IR) sensor capable of blending DTV and Medium Wavelength Infrared (MWIR) and/or Short Wavelength Infrared (SWIR) provide the minimal capabilities necessary to ensure safe and successful MEDEVAC mission accomplishment. A multi-spectral day/night fused sensor package capable of recognizing personnel and Landing Zones (LZs) at 6km slant range is required. Sensor Field of View (FOV) should be aligned to the navigation system such that it will remain centered on the LZ location regardless of the orientation of the aircraft (point and stare area track function) using multiple crew selection sources. The sensor FOV shall support monitoring hoist operations and searching for injured personnel. The sensor shall have the ability to provide a precision location (target store function) and a Night Vision Device (NVD) visible pointer aligned with the sensor FOV. The goal is to have these capabilities achieved in a smaller and lighter weight sensor package than typically found in sensor options today (i.e., less than 50lbs.). The sensor shall also have an ethernet interface, be Future Airborne Capability Environment (FACE) and Hardware Open System Technologies (HOST) compliant to support integration with the FLRAA Digital Back Bone (DBB).





FLRAA MEDEVAC Mission Equipment Response Instructions:



At a minimum, responses should address the following:




  1. Provide feedback on and compliance to the above technical capabilities for the design solution(s) provided.

  2. Provide a detailed system description of the capability solution to include the Size, Weight, Power, and Cooling (SWAP-C).

  3. Provide an assessment of the current Technology Readiness Level (TRL), Manufacturing Readiness Level (MRL), and Integration Readiness Level (IRL) of the product and technology maturation roadmap. Substantiate TRL and IRL assessment according to the criteria in 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 Modular Open Systems Approach (MOSA), and all supported data networks.

  5. Provide previous relevant platform integration efforts. For technology solutions not already qualified on an aviation platform, provide schedule durations for maturation.

  6. Mission sensor climate and visibility operating conditions





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)

  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 solicitation. 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 will 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 received by the Government. White Paper responses to the technical requirements shall not exceed 25 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. The summary information provided in the Attachment(s) will not count against the page limits. The request for Industry Day attendance is separate from the white paper responses, will be sent to a separate email (usarmy.redstone.peo-avn.mbx.flraa-2023-pre-ind-day-notification@army.mil), and does not count against the page limit for the white paper response. All information must be readable by Microsoft (MS) Word 365, MS Excel 365, or Adobe Acrobat (and compatible versions) 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. Size of company, average annual revenue for the past three years, and number of employees

  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 7 August 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 7 August 2023 to:





Heather Douglas



Program Integrator, Modernization Product Office



Future Long Range Assault Aircraft (FLRAA)





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


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Secondary Point of Contact
History

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 >