Active, Automated Smart Weapons System Test Capability
RFI for Active, Automated Smart Weapons System Test Capability This is a Request for Information (RFI) for Operational Test Purposes Only and is not a notice of solicitation issuance. Response to this... RFI for Active, Automated Smart Weapons System Test Capability This is a Request for Information (RFI) for Operational Test Purposes Only and is not a notice of solicitation issuance. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This solicitation is issued for the purpose of identifying a potential capability to test aircraft systems used in support of guided munitions commonly referred to as smart weapons. The Air National Guard and Air Force Reserve Command Test Center (AATC) is conducting an effort to determine potential sources with the capability to test aircraft smart weapons systems that is compatible with the Air National Guard (ANG) and Air Force Reserve Command (AFRC) F-15, F-16, and A-10 aircraft. The capability provided should use embedded, automated test scripts to actively test bi directional traffic on the associated smart weapons bus. This announcement is for informational purposes and does not constitute a request for proposal. AATC is seeking vendors interested in providing an affordable commercial off-the-shelf (COTS) solution that can be used as part of an Operational Utility Evaluation (OUE) effort within the next 3 months. System Requirements: •1. General Performance Requirements: The smart weapons tester shall be a reusable, repairable, hand held tester. It shall provide, upon demand, the ability to confirm the status of and aid in troubleshooting aircraft smart weapons systems by evaluating bi-directional traffic on the MIL-STD-1760 BUS. The smart weapons tester must access the aircraft system through existing aircraft connectors. The smart weapons tester shall have the capability to perform active, automated tests and display the results of the test through the use of switches, indicators, and a numeric display. The smart weapons tester shall have the ability to perform a self-test of its own circuitry and an adapter test of interface cables and adapters to ensure correct operation of the test set. •2. The test set shall meet all safety design and evaluation requirements as stated in AFMAN 91-118 and AFMAN 91-119 and be nuclear certified according to the process outlined in AFI 63-125. The vendor will support a Nuclear Certification Impact Statement (NCIS) up to the creation of the Certification Requirements Plan (CRP), to include the development of a Nuclear Safety Analysis Report (NSAR). •3. Specific Performance Requirements: The smart weapons tester shall have the capability to perform the following functions as specified: •· Ability to assist in troubleshooting/performing confidence checks on aircraft systems supporting GPS guided munitions such as the JDAM. •· Ability to assist in troubleshooting/performing confidence checks on air to air munitions such as the AIM-9 series and the AIM-120. •· Ability to assist in troubleshooting/performing confidence checks on aircraft systems and suspension equipment supporting the Small Diameter Bomb (SDB). •· Presence of bi directional 1553/WMUX communications test (MUX) •· Presence of bi directional 1760/WMUX communications test (MUX) •· Adapter Test/Resistance (AT/R) •· Self Test (ST) •· Growth Potential: Modular design of hardware and software should allow for incorporation of voltage, current, resistance, and timing measurements that may be required in the future. Contents: The smart weapons tester shall contain any MDS-specific equipment necessary to perform functions listed as system requirements on smart munitions carried on aircraft racks as listed in Table 1. These options may change as the effort continues and requirements become more refined. Table 1. F-15 F-16 A-10 MAU-12 BRU-57/BRU-61 MAU-40 SUU-20 BRU-46 MAU-50 LAU-106A Ter-9A TER-9 LAU-128 Ter-(a MOD LAU-105A AIM-120 Interface Cable MAU-12 LAU-88 AIM-9 Interface Cable LAU-68AA, B/A, LAU-131/A Umbilical LAU-68AA, B/A, LAU-131/A Umbilical M61A1 Vulcan LAU-117 Umbilical LAU-117 Umbilical BRU-46 / BRU-47 MIL-STD-1760 Umbilical & Pylon Disconnect LAU-117 Umbilical MIL-STD-1760 Umbilical & Pylon Disconnect LAU-118 1/A Umbilical AIM-9 Interface Cable RECCE PYLON LAU-118 4/A Umbilical GAU-8/A Avenger LAU-129 MIL-STD-1760 Umbilical & Pylon Disconnect AIM-120 Interface Cable AIM-9 Interface Cable AIM-9X Interface/Mid-Body M61A1 Vulcan The objective of OUE is to demonstrate and validate potential solutions for recommendation for fielding options within the next 1-3 years. The proposed start date for testing of production representative testers under this OUE is 1 March 2019. Actual fielding decision is beyond the scope, intent, or authority of this RFI or OUE. Potential for follow-on procurement is dependent on results of tests and availability of funding. The government is looking for a system that offers the best value to the government, not necessarily the lowest procurement cost. Mission effectiveness and safety are key considerations. Interested parties capable of providing a potential aircraft smart weapons test set that meets or exceeds the above requirements shall provide a statement of capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system, along with a description of test set capabilities. A rough order of magnitude (ROM) is requested as part of the RFI and will be used as market research. The SOC shall be unclassified and the information submitted should be pertinent to, and identify, the system capability as related to the technical effort requested. A limit of fifty (50) pages is imposed for the responses, which should be received by close of business 15 February 2019. Testing results are expected to determine the most effective system. Please e-mail all information and SOC to the AATC Contracting Officer, Ms. Kathleen Durco at kathleen.h.durco.civ@mail.mil and copy Mr. Sheldon Brown, sheldon.s.brown.civ@mail.mil and Mr. Bill Scogin, William.d.scogin2.ctr@mail.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis. Contracting Office Address: Air National Guard Air Force Reserve Test Center (AATC), Bldg. #10 1600 E. Super Sabre Dr. Tucson AZ 85706 Place of Performance: Air National Guard Air Force Reserve Test Center (AATC), Bldg. #10 1600 E. Super Sabre Dr. Tucson AZ 85706 Point(s) of Contact (POC): Contracting POC: Ms. Kathleen Durco, kathleen.h.durco.civ@mail.mil (520) 295-6938 Test Program POC: Mr. Sheldon Brown, sheldon.s.brown.civ@mail.mil, (520) 295-6946; Technical POC: Mr. Bill Scogin, William.d.scogin2.ctr@mail.mil, (520) 295-7002
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »