Air Force seeks sources for Global Hawk block 30 enhanced integrated sensor suite (EISS) modifications

Air Force seal 112On September 4, the U.S. Air Force posted the following sources sought notice. Capabilities packages are to be sent electronically no later than 5:00pm EST on October 3.

The Global Hawk Program Office (GHPO), Contracting Division, Wright Patterson Air Force Base, Air Force Life Cycle Management Center anticipates awarding one or multiple contracts for modification and retrofit of Enhanced Integrated Sensor Suite (EISS) for the Global Hawk system.  Responses for other potential Global Hawk efforts are not being requested at this time-submissions for items other than those scoped in this SSS will not be considered. Funds are not available at this time for this effort and there is no guarantee that funds will be available for this effort in the future (FAR 52.232-18, Availability of Funds).

The Global Hawk system is a high altitude, long endurance Remotely Piloted Aircraft (RPA) with integrated sensor systems and Ground Segment (GS) that provides Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to joint warfighters.  Northrop Grumman Systems Corporation (NGSC), Rancho Bernardo, CA, is currently the prime contractor for the development, manufacture, modernization and sustainment of the GH system.

The RQ-4 Block 30 Enhanced Integrated Sensor Suite (EISS) includes both an optical and radar subsystem.  Raytheon SAS, serving as a subcontractor to NGSC, is currently the original equipment manufacturer for the EISS. The focus of this market research is on modification of the Electro-Optical Receiver Unit (EERU) Line Replaceable Unit (LRU).  Modification areas include Electro-Optical (EO) and Infrared (IR) detector assembly replacements, detector nonlinearity correction and signal to noise improvements, temporal noise reductions, LRU cabling, internal airflow rerouting, improved collimator protection and optical window remounting.  Modification to the EERU is anticipated to require corresponding hardware and software modifications to the Enhanced Sensor Electronics Unit (ESEU), Enhanced Integrated Sensor Processor (EISP) and Data Analysis Workstation (DAWS) sensor controller.  Note: the Government is sensitive to development and retrofit timelines for these modifications. Responses to this notice are expected to address respondents’ development and retrofit capabilities in terms of schedule and cost.

Information is being collected from all potential domestic (United States-owned and operated) sources at this time.   Companies interested in this effort shall complete the attached capabilities matrix and submit a capabilities document (not including .xlsx Capabilities Matrix), which should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.  This capabilities document (including graphs, pictures, etc) shall not exceed five pages, title page excluded.  The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin.

Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or sub-contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was.  Interested companies must clearly explain how they intend to meet the Global Hawk program’s EISS requirements.  The capabilities document shall detail:  (1) Scope of the experience; (2) Teaming and/or subcontracting arrangements, which should be clearly delineated, indicating previous experience in teaming, particularly with proposed teammates, and (3) Whether it was in support of a Government or commercial contract.  Teaming and/or subcontracting arrangements should be clearly delineated.  Interested companies will clearly explain how they intend to meet the stated potential requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19.  Previous experience in teaming, if available, must be provided.  Respondents not experienced with teaming shall so indicate.

Respondents shall indicate whether they are interested in either prime or subcontracting opportunities. Additionally, firms responding to this announcement should indicate whether they are: a large or small business in relation to NAICS 334511, size standard 750 employees. Firms responding to this announcement should indicate whether, in relation to NAICS code 334511, they are an other than small business, women-owned small business, economically disadvantaged women-owned small business, 8(a)-certified small business (with date of certification), service-disabled veteran-owned small business, veteran-owned small business, or historically underutilized business zone (HUBZone) small business.  Respondents shall also identify the country in which the company is owned and operated.

If the respondent can perform a self-contained portion of the effort (without deficiencies in any other interdependent capabilities area, such as necessary data to accomplish the specific portion of work), please submit a capabilities package for that portion of work.
Full information is available here.

 

Source: FedBizOpps