PMA-209_APN-194 RADAR Altimeter

From: Federal Government(Federal)
N00421-26-RFPREQ-CPM209-0002

Basic Details

started - 23 Apr, 2024 (10 days ago)

Start Date

23 Apr, 2024 (10 days ago)
due - 08 May, 2024 (in 4 days)

Due Date

08 May, 2024 (in 4 days)
Bid Notification

Type

Bid Notification
N00421-26-RFPREQ-CPM209-0002

Identifier

N00421-26-RFPREQ-CPM209-0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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.

The Naval Air Systems Command, PMA-209 Air Combat Electronics, is conducting a market survey requesting industry information to address replacement of the current APN-194 RADAR Altimeter installed on U. S. Navy and Marine Corps aircraft. This announcement constitutes a Request for Information (RFI) for planning purposes only and should not be construed as a Request for Proposal (RFP). The Government is sponsoring this study to assess common altimeter alternatives that would enhance the current selection of radar altimeters. This RFI is focused on concepts consistent with an operational solution in the 2026 to 2028 timeframe. The altimeter must be capable of operating with existing height indicators, aircraft wiring, connectors, electrical connections and antennas across multiple type model series U.S. Navy and Marine Corps aircraft. Outputs must include analog, digital and MIL-STD-1553 as well as unit continuous built-in-test (B BIT) status for input to Traffic Alert and Collision
Avoidance System (TCAS). It shall also have a built-in-test (BIT) capability which detects at least 95% of all altimeter failures and provides an output health status advisory output indicator for display reliability status signal for display to the operator. The system shall provide an automatic zero-calibration capability and demonstrate compatibility with leakage signal in excess of -85dB. The new altimeter should be form and fit with existing APN-194 aircraft installations, requiring little to no aircraft modification. It should interface with the aircraft utilizing existing wiring, connectors, electrical power and mounting. It shall also function with existing aircraft antennas, controls and altitude indicators as well as supporting analog, digital and MIL-STD-1553 outputs. If modification is required, the information submitted on future and currently available systems must describe what modification or integration efforts that may be anticipated for installation and use in Navy and Marine Corps aircraft. Also provide descriptions of weight and space, taking into account extreme environmental conditions of Navy shipboard aircraft flight operations, aircraft carrier launch and recovery applications and key signal processing system parameters. Capabilities desired in the new altimeter include the following threshold requirements: Be compatible with existing height indicators, aircraft wiring, connectors, electrical connections and antennas across multiple type model series U.S. Navy and Marine Corps aircraft. Outputs must include analog, digital, MIL-STD-1553 and reliability signal. Ability to withstand cellular 5G interference without impacting accuracy. Highly accurate and reliable measurement of altitude from 0 to 35,000 feet over a wide variety of terrains, sea states, with rapidly varying aircraft attitudes, speeds and weather conditions. Meet environmental requirements for military high performance fixed-wing, transport category fixed-wing and rotary wing aircraft. Have continuous built-in-test (BIT) status for input to Traffic Alert and Collision Avoidance System (TCAS) BIT capability which detects at least 95% of all altimeter failures and provides a health status advisory output for display to the operator. Mean Time Between Failure (MTBF) greater than 2500 hours Capabilities desired in the new altimeter include the following objective requirements: Feasibility of combining other avionics capabilities with such as Tactical Air Navigation (TACAN), Techniques to achieve a very low probability of signal interception detection and exploitation, Health-ready capabilities that enable Condition Based Maintenance Plus (CBM+) practices (i.e., accurate diagnostics and component removal prior to failures), Form, fit and function with existing APN-194 aircraft installations, requiring little to no aircraft modification. ARINC 429 interface. Ethernet interface. Desired acquisition time for altitude less than 1 second. Interested vendors may be allowed time to brief the Government on their altimeter solution after RFI response submittal. Content of RFI Response Responses to this RFI shall describe a complete altimeter solution. The following sections include questions intended to characterize your altimeter concept. Discuss any planned development efforts and/or insertions of technology that will enhance current capabilities, including reliability and maintainability improvements over currently fielded systems. System supportability must be described including maintenance concept, health-ready capability (SAE JA6268 standard), support equipment, computer resources support, and any specialized operator and maintainer training requirements. Include a supportability analysis that compares planned design acquisition estimated costs and Fleet Maintenance Man-Hours (MMHRs) to projected Operational and Support (O&S) estimated costs for both a Fly-to-Failure and a CBM+ maintenance strategy the includes predictively removing the altimeter prior to failure. In addition to data on current and future capabilities, include information on the weight and performance impacts of any anticipated enhancements or technology insertions. The response should include estimated development cost and notional schedule. Respondents are requested to respond according to the following outline with supporting information provided as necessary. Section 1: Executive Summary Provide a general summary description of the proposed altimeter solution(s), including those currently in production or development if applicable. Provide a notional delivery schedule and anticipated time frames for proposed system installation. 1.1 Include plan for providing logistical support for the altimeter describing the necessary product support package (e.g., support equipment, required calibration, etc.) and overview of an economical maintenance strategy (e.g., repair) suitable for ashore and afloat. 1.2 Provide any reference operational design mission(s) such as terrain following, degraded visual environment, etc. 1.3 Describe any differences between altimeter variants if applicable. Section 2: Products and Services Description 2.1 Describe proposed solution(s), including size, weight, power requirements, performance, and maturity, maximum altitude, accuracy, valid angular range and a comparison between the alternatives. 2.2 Describe any other capabilities the altimeter will have other than height above terrain and altitude rate of change. 2.3 Identify the analog and digital interfaces that will be available to aircraft mission computer and/or Height Indicator(s). 2.4 Identify what interfaces will be used to control the altimeter. 2.5 Describe the extent to which the altimeter is compatible with Traffic Alert and Collision Avoidance System (TCAS). 2.6 Discuss the approach that will be used to provide and maintain the Low Probability of Intercept/Detection/Exploitation (LPI/LPD/LPE) capability against current and future signal detection systems. 2.7 Describe the proposed altimeter Built-In-Test capability. 2.8 To maximize aircraft full-mission capability, describe a CBM+ approach enabling altimeter self-reporting of pending system failure allowing altimeter component removal prior to failure. Approach should enable the component to recognize pending failure and indicate to the system and maintenance operator need for removal prior to system degradation and/or failure. For ease of aircraft integration, the proposed CBM+ solution should be independent of aircraft type model series Operational Flight Program or health monitoring system modification and therefore be designed with a self-display health function. 2.9 Include a supportability analysis that compares planned design acquisition costs and Fleet Maintenance Man-Hours (MMHRs) to projected Operational and Support (O&S) costs for both a Fly-to-Failure and a CBM+ maintenance strategy the includes predictively removing the altimeter prior to failure. 2.10 Describe the vibration, shock, Electromagnetic Interference (EMI), power and temperature capabilities of your proposed altimeter. 2.11 Describe how cellular 5G resistance is achieved and level of cellular 5G resistance. 2.12 Describe the changes necessary for the altimeter to be a suitable replacement of the AN/APN-194 Altimeter Sets. 2.13 Describe the means for automatically setting the zero height for the altimeter when it is installed. 2.14 Describe how the altimeter will maintain the zero height adjustment over time, vibration, shock, and EMI in the desired operational environment. 2.15 Describe how the altimeter will provide accurate altitude information with slung loads. 2.16 Provide the initial acquisition time for the altimeter to provide valid altitude data. 2.17 Describe what modification or integration efforts may be anticipated for installation and use in Navy and Marine Corps aircraft. The desired solution should minimize, if not require, any modification or integration. 2.18 Describe the potential for combining other avionics capabilities with altimeters such as TACAN . 2.19 Describe any alternative height-measuring techniques employed by the solution, if other than radar. Section 3: Open Architecture (OA) / Modular Open Systems Approach (MOSA) 3.1 Provide information on existing or planned OA / MOSA standards, message standards, and reference architectures applied to the altimeter receiver/transmitter system (e.g. Hardware Open System Technologies (HOST), Future Airborne Capability Environment (FACE) Technical Standard, STANAG 4586, Open Mission Systems (OMS), Government Avionics Reference Architecture (GARA), etc. 3.2 Identify the key interfaces that could conform to OA standards for the altimeter receiver/transmitter system, and any interface dependencies or data dependencies for the system to operate when integrated onto a platform. Section 4: General Questionnaire 4.1 What are the current airborne platforms (e.g. F/A-18)? 4.2 How is this effort for inhouse altimeter funded? 4.3 What box-level qualification testing has been accomplished to date? Summarize the significant results. 4.4 What installed, airborne performance testing has been accomplished to date on fixed and/or rotary wing platforms? Summarize the significant results. What is the Technical Readiness Level of the proposed solution? 4.5 If already fielded, what is the current obsolescence status of the system and the proposed system? Section 5: Cost and Schedule 5.1 Provide a notional development schedule. 5.2 Provide total cost estimates for development of the proposed altimeter. 5.3 Provide the projected cost per unit of each Weapons Replaceable Assembly (WRA) of your altimeter system. 5.4 Provide the estimated schedule for production and production rate. 5.5 Provide an estimate of the sustainment (e.g., repair) and parts obsolescence cost. Section 6: Contact Information Please provide the following information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: THIS REQUEST FOR INFORMATION (RFI) IS NOT A REQUEST FOR PROPOSAL (RFP). This RFI is issued solely for market research, planning, and information purposes to determine potential and eligible sources prior to determining the method of acquisition and issuance of an RFP. The Government is not obligated to and will not pay for any information received from potential sources as a result of this request for information announcement and no basis for claims against the Government shall arise as a result of a response to this RFI. Additionally, there is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. Vendors can provide a capabilities statement of no more than 10 pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein, including providing a notional delivery schedule. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on Sam.Gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 15 July 2024. Responses shall be submitted electronically to the designated Contracting Officer, Ms. Travora Levasseur, travora.r.levasseur.civ@us.navy.mil, and Contract Specialist, Karen Briscoe, karen.d.briscoe.civ@us.navy.mil in Microsoft Word format or Portable Document Format (PDF) via email. Please submit any questions regarding this sources sought via e-mail to Kimberly.m.delahay.civ@us.navy.mil. The Government does not guarantee that questions received will be answered. Answers to questions may be distributed to all interested vendors unless the question is identified as proprietary.

Patuxent River, MD, 20670, USALocation

Place Of Performance : Patuxent River, MD, 20670, USA

Country : United StatesState : Maryland

You may also like

SAVI SCOUT WIRE FREE RADAR LOCALIZATION SYSTEM

Due: 25 Jan, 2027 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

NAICS CodeCode 334511