Federal Bid

Last Updated on 17 Jul 2019 at 3 AM
Combined Synopsis/Solicitation
Location Unknown

Maritime Dropsonde

Solicitation ID FA8629-18-R-5024
Posted Date 04 Oct 2018 at 7 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
GUARDIAN ANGEL (GA)
Maritime Dropsonde
FA8629-18-R-5024
Amendment, 4 Oct 2018
Source Sought Synopsis/Request for Information

Amendment 4 Oct 2018
Changed verbiage appears in bold text below.  Interested parties that previously responded to the original notice may submit an update that addresses only the changed text below.  Interested parties that have not previously responded are requested to address all sections of the notice in their submissions.  

The response date and time has been extended.
 
1. NOTICE
This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting.

2. BACKGROUND AND SCOPE
The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Battlefield Airmen (BA) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing Maritime Dropsonde that will be deployed from an aircraft to transmit winds aloft from the aircraft to the water, and water conditions from the open-ocean environment (intended drop zone area) back to the aircraft and/or Recovery Team (RT). This data will then be used by the jumpmaster and/or aircrew in preparing for the aerial insertion of RT and/or cargo parachute equipment during open water rescue operations.

3. CAPABILITY GAP
The current spotter chutes are simple ballistic, round, parachute wind drift indicators for jumpmasters to manually equate wind drift from airdrop aircraft to an area in the water. This method of estimating winds is imprecise, and challenging as the jumpmaster may be on an aircraft moving at over 100 mph; over-water there are no fixed reference points. The spotter chute not only lacks to ability to transmit data back to the operators or aircraft, it also does not provide any capability to assess Sea State and water temperature, current, and other parameters essential for safely assessing the drop zone and to accurately dope personnel and equipment to the intended location.

4. INSTRUCTION TO POTENTIAL RESPONDENTS
Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall include the following information and address the topics below:

a. Respondent Data:
Company/Institute Name
Address
Point of Contact (to include phone number and email address)
CAGE Code
Web Page URL
Pursuant to NAICS Code 334519, Other Measuring and Controlling Device Manufacturing, (size standard 500) state whether the company is:

Small Business (Yes / No) Self-Certified or Third Party Certified
Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified
Economically Disadvantaged Women-
Owned Small Business (Yes/No) Self-Certified or Third Party Certified
HUBZone Certified (Yes / No) Self-Certified or Third Party Certified
Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified
Service Disabled Veteran Owned
Small Business (Yes / No) Self-Certified or Third Party Certified
8(a) Certified (Yes / No) Self-Certified or Third Party Certified
SBA Certification Date: ____________ SBA Graduation Date: ______________

State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership).

State whether the respondent is interested in being a prime or subcontractor for this requirement.

b. Describe the capability of your product or products to meet the desired capabilities listed below. If you are proposing a development to integrate existing of new subsystems, clearly describe your approach.

c. Please describe what impact the additional requirements (joint precision air drop system (JPADS) and Android tactical assault kit (ATAK) interoperability) below have on your ability to develop and deliver the desired capability.  Specifically address any technical challenges to include data rights and additional development efforts and associated costs.  Minor wording changes have been made to some requirements and are included here for information but are not expected to impact original respondents to this RFI.

d.  Definitions:
KPP - Key Performance Parameter; capability crucial to the operational utility or operational suitability of a solution.
KSA - Key System Attribute; capability that is important to achieve for operational utility or operational suitability.
(T) = Threshold performance value (required to be met initially by selected object fielded).
(O) = Objective performance value (desired final equipment performance parameters if technically feasible and determined to be cost effective).

KPPs
• Dropsonde must operate on internal power after exiting aircraft (T=O).
• Maritime Dropsonde must function/transmit when dropped from an aircraft in all weather conditions down to the water, and then transmit sea state conditions back to the aircraft JPADS and ATAK systems every minute for 2 hrs (T) 4 hrs (O).
• Once in the water, the dropsonde must transmit surface winds, wave height, water temperature, and water current speed & direction (T=O).
• Dropsonde must transmit real-time winds, every 1000 ft during descent from aircraft back to JPADS and ATAK systems (T=O).
• Dropsonde must turn on and operate in unpressurized aircraft cabin conditions up to 25,000ft MSL before exiting aircraft (T=O).
To allow for High Altitude Low Opening (HALO) or High Altitude High Opening (HAHO) missions, the dropsonde must turn on and operate in unpressurized aircraft cabin conditions up to 25,000ft MSL before exiting aircraft (T=O).

KSAs

Maritime Dropsonde must be able to withstand a single airdrop (T), and subsequent maintenance/servicing for reuse (O).
• Dropsonde must meet MILSTD 810G for maritime environment use (T=O).
• Dropsonde must use a common battery that is readily available thru commercial procurement, or DOD supply chain sources (T=O).
• Dropsonde should be capable of operating from fixed wing and vertical lift aircraft antenna systems and use JPADS and GA PRC 117/160/152 radios connected to an ATAK device to receive data from the dropsonde (T=O).
• Dropsonde must meet applicable MILSTD 461 requirements for Electro Magnetic Interference (EMI) certification, and not interfere with the operation of GA equipment, PR aircraft, or delivery aircrafts communications devices during its use (T=O).

e. Based on your most-likely design, describe how the proposed system would be maintained (assume 2-level maintenance, with the units providing basic O-level maintenance, and either the contractor or depot providing all higher-level maintenance).

f. Provide a rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities (this is for Government budget planning purposes, and will not be considered a bid or binding in any manner). If development and/or integration is required to meet the system requirements above, the Government also needs an estimate of the development cost based on complexity (for planning purposes only). If preferred, respondents may make this response verbally instead of in a formal written response.  If the company has previously responded to the original RFI, please provide an updated cost estimate for JPADS interoperability.

g. Describe any possible product improvements that could be made, or are planned for the future.

h. Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.

5. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS:
a. The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements.

b. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned.

c. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable.

d. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs).

e. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond.

f. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM

g. Responses are due electronically by 3:00PM Eastern time on 8 May 2018 via email to:

Contracting:
Amber Taylor
AFLCMC/WISK (937) 656-8463
Contracting Officer
[email protected]

and

Christopher Hinders
AFLCMC/WISK (937) 656-8201
Contracting Officer
[email protected]

Programmatic:
Taylor Corbett
AFLCMC/WISN (937) 656-8115
Program Manager
[email protected]

h. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement. For more information on this RFI, please contact the Contracting points of contact identified above. E-mail communication is preferred.

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Jun 2019 at 3 PM
Hampton Virginia 10 Feb 2017 at 3 PM
Location Unknown 05 Jun 2019 at 3 PM
Richmond Virginia 21 Apr 2025 at 4 PM
Location Unknown 27 Dec 2021 at 5 AM

Similar Opportunities

Picatinny arsenal New jersey 15 Jul 2025 at 9 AM
Eglin air force base Florida 24 Jul 2025 at 5 PM
Eglin air force base Florida 24 Jul 2025 at 5 PM
Anniston Alabama 17 Jul 2025 at 4 PM