Special Electronic Mission Aircraft (SEMA) Product Directorate of the Fixed Wing Project Office (FWPO) Request for Information on Medium/High Commercial Jet tha...

expired opportunity(Expired)
From: Federal Government(Federal)
PANRSA-21-P-0000009612

Basic Details

started - 09 Jun, 2022 (22 months ago)

Start Date

09 Jun, 2022 (22 months ago)
due - 29 Jun, 2022 (22 months ago)

Due Date

29 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
PANRSA-21-P-0000009612

Identifier

PANRSA-21-P-0000009612
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707436)DEPT OF THE ARMY (132903)AMC (72537)ACC (74909)ACC-CTRS (32852)ACC RSA (5251)W6QK ACC-RSA (3551)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This Request for Information (RFI), issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), Exchanges with Industry before Receipt of Proposals, is for informational and planning purposes only. This RFI does not commit the U.S. Government (USG) to contract for any supply or service. Responses are not proposals for contract award. The information obtained from this market research is for planning purposes only. The USG will not pay for any information or administrative costs incurred in responding to this RFI as all costs will be the Respondent’s responsibility. The responses to the RFI are strictly market research IAW FAR Part 10, Market Research. The United States Army Contracting Command-Redstone, Redstone Arsenal, Alabama, is seeking information on potential concepts and ideas for:1) The Special Electronic Mission Aircraft (SEMA) Product Directorate of the Fixed Wing Project Office (FWPO) has an emerging requirement for a Medium/High Commercial Jet that will
be integrated with Aerial Intelligence, Surveillance, and Reconnaissance (A-ISR) Sensors. Jet shall be Medium/High Altitude, Higher Airspeed (increased range/ operational area) day/night, all-weather, pressurized, large-size-cabin Federal Aviation Administration Federal Aviation Regulation Part 25, Airworthiness Standards, certified executive jet-category aircraft. 2) The Army will provide platforms as government furnished equipment to a system integrator. Integration of A-ISR capabilities will likely drive a need for wing hard points, belly canoe, and radome. The aircraft will require adequate Size, Weight, Power, and Cooling (SWaP-C) to support integration of multiple intelligence sensors.3) Only aircraft currently in production will be considered and to ensure suitable service life, only new aircraft will be considered.4) The US Army would benefit from leveraging training, maintenance, and aircraft knowledge of other Joint Services (i.e., US Air Force or Navy) or US/ International Government Agencies have made prior procurement of the selected platform.UNCLASSIFIED RESPONSES REQUESTED:  The USG is interested in receiving meaningful feedback on air platforms that meet the proposed requirements along with the information requested below. Interested sources that possess the technical capability and resources to fulfill the Government’s requirements stated herein are invited to provide a Capability Statement describing how the Respondent would meet the following requirements. The Capability Statement format shall be Microsoft Word or Adobe Acrobat Reader. Font size shall NOT be smaller than 12-point Times New Roman or Arial. Respondents should include a 1-page summary with a short description of capabilities and no more than 9 additional written pages with details on the Respondent’s ability to satisfy the following:Aircraft Platform Requirements:Operate between 41,000-51,000 feet Above Mean Sea Level (MSL) or above after integration of 6500lbs of Mission Equipment Package (MEP) integration.Minimum of 14,000 pounds of payload, while maintaining 12 hours or more of unrefueled flight endurance including IFR fuel reserve requirements as outlined in AR 95-1, Flight Regulations, (12 hours + 45 minutes Total). In-production through calendar year 2028.Aircraft fuselage and empennage skin and structural components shall not be composite materials. Limited use of composite materials for nose cones, tail cones, pylons, fairings, and RADOMES is permissible.Capable of sustained transit speeds (at maximum operational altitude) equal to or greater than 450 knots true airspeed (KTAS).Global Air Traffic Management (GATM) and Future Air Navigation System 1/A compliant.Fully enclosed Lavatory functional to aircraft exterior water and waste servicing ports.Established supplemental type certificates (STCs) to support OML efforts to support integration efforts.Ability to self-deploy with a range of 6000 nautical miles (NM).Aircraft Platform Information:Provide a Rough Order of Magnitude (ROM) cost for a green platform.Provide a ROM cost for proposed STCs to support OML changes (e.g., wing hard points, a belly canoe, and radome).List any supplemental type certificates (or any foreseen challenges) to integrate wing hard points, belly canoe, SATCOM radome, and any A-ISR capabilities. List the Technology Readiness Level of Respondent’s efforts. Provide an estimate of operational flying hour cost.Provide Respondent’s capacity to support USG purchase of up to 4 aircraft in a year. Assuming Contract Award in Oct 2024, provide delivery timeline for a green aircraft and a shaped aircraft.Provide platform’s (excess) size, weight, power, and cooling that can be applied to mission equipment. Describe platform’s mission power distribution system.        List any previous commercial determinations for existing products.If an OEM, list whether Respondent worked with ISR integrators to modify aircraft. At a minimum, describe Respondent’s approach to Engineering Services, Data Acquisition, Airworthiness Certification/ Qualification, and any foreseen challenges.List other DoD or USG customers. Include information regarding an existing contract vehicle that would ease procurement of Respondent’s platform.List any Foreign Military Sales or International Sales.State whether Respondent’s platform has an existing flight simulator and the flight simulator level. List whether there is an existing training package that the USG could leverage.No telephone responses prior to the close of this notice will be accepted.It is the intent of the FWPO to conduct individual conference calls with the viable Respondents after the closure of the RFI process. The USG may assess the capability of a Respondent’s system.Respondents are hereby notified the USG may utilize non-FAR-based procurement methods, such as 10 USC 4022 Authority of the Department of Defense to carry out certain prototype projects or 10 USC 4023 Procurement for Experimental Purposes, in support of its requirements.SUBMISSION: Submit Capability Statement with RFI responses, including questions and comments, via email NLT June 29, 2022 (21 days) at 3:00 p.m. CDT to the following address: kelly.e.gurley-wallace.civ@army.mil, kelly.n.bayha.civ@army.mil, and chad.e.kuipers.civ@army.mil. (USG reserves the right to not respond, or to publish all questions and answers at sam.gov)AMENDMENT 1Amendment 1 is issued to provide the following clarification,The recent GSA RFI for ATHENA was for a Task Order delivering ISR capability as part of a service contract.  ATHENA is a contractor owned and contractor operated turnkey solution providing ISR capabilities to the US Army.  For clarity, this RFI (Notice ID PANRSA-21-P-0000009612), is to support the Army’s future High Accuracy Detection and Exploitation System (HADES) program of record and will be a government-owned platform.  This RFI seeks market information to determine what commercial aircraft manufactures have an aircraft capable to meet the requirements listed in the RFI. The RFI response date is not changed as a result of this amendment.

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 336411Aircraft Manufacturing
pscCode 1510Aircraft, Fixed Wing