Please request the Request for Information HMIT PDF and/or Word Document from the listed Primary POC.
REQUEST FOR INFORMATION
Helmet Mounted Integrated Targeting (HMIT) Sub-assembly Repair & Depot Support Services
The Government is conducting market research to identify potential sources that possess the repair
data, expertise, capabilities, and experience to meet qualification requirements to repair the
Helmet Mounted Integrated Targeting (HMIT) sub-assemblies. The National Stock Numbers (NSN) and
Part Numbers (PN) are as follows:
Description Backlight Front Panel Baseboard
SBC Wildcat Filterboard
Upgrade -22210 to -22350
Wire harness BACKLIGHT FRONT PANEL
PCBA BASE BOARD
Filter PCBA Wire harness
Battery Holder PCBA J-BOX ASSEMBLY
MOHAWK SHROUD J-BOX ASSEMBLY EXTENDED MOHAWK SHROUD
NHA
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
ICU 800
ICU 800
ICU 800
ICU 800
ICU 800
Mohawk BBA
Mowhawk BBA Mowhawk BBA Ext
Mowhawk BBA Ext
P/N A13278-1
V14739-08-01 A13882-3 A13965-2
A13748- 22350-R A13421-1 A13278-1
A13044-1 A13743-1 A13421-1 A13747-1 V14492-17-01
V14484-01-02 V14492-17-02
V14484-01-04
NSN TBD TBD TBD TBD TBD
TBD TBD
TBD TBD TBD TBD
5935-01-670-
5622
TBD TBD
TBD
The entire HMIT system is currently repaired by Thales Visionix, Inc under the Interim Contract
Support (ICS) FA8202-17-D-0002. This service has been performed multiple times by Thales, who is
the original manufacturer of the HMIT system. This will be a first time repair of the circuit cards
separately from the Next Higher Assembly (NHA) Interface Control Unit (ICU).
The technical data required to organically repair or compete the repair is not owned by the
Government, and is uneconomical to acquire the data by purchase or to reverse engineer the item. No
samples are available for potential suppliers to evaluate.
Contractor shall furnish all material, support equipment, tools, test equipment, and services. The
contractor is responsible for providing, maintaining, and calibrating all support equipment
required at their facility or a subcontractor’s facility. Contractor furnished material or parts
used
ll equal or exceed the quality of the original material or parts.
Thales is the manufacturer of the HMIT system and the known sole source contractor for repair of
this item. Contractors/Institutions responding to this market research are placed on notice that
participation in this survey may not ensure participation in future solicitations or contract
awards. The government will not reimburse participants for any expenses associated with their
participation in this survey.
FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997)
applies to this request for proposal:
(a) The Government does not intend to award a contract on the basis of this request or to otherwise
pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P)
Costs, of Federal Acquisition Regulation
(b) Although "proposal" and "offeror" are used in this Request for Information, your response will
be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of: informational planning and budgetary
forecasting by the government.
INSTRUCTIONS:
1. The document(s) below contain a description of the HMIT repair requirements and a Contractor
Capability Survey. The Survey allows Contractors to provide their company’s capability.
2. If, after reviewing these documents, you desire to participate in the market research, you
should provide documentation that supports your company’s capability in meeting these requirements.
Failure to provide documentation may result in the government being unable to adequately assess
your capabilities. If you lack sufficient experience in a particular area, please provide details
explaining how you would overcome the lack of experience/capabilities in order to perform that
portion of the requirement (i.e., teaming, subcontracting, etc.)
a. Identify any areas of work that your organization believes should be broken out exclusively for
Small Business.
3. Both large and small businesses are encouraged to participate in this Market Research. Joint
ventures or teaming arrangements are encouraged.
4. Questions relative to this market survey should be addressed to Lorie Burton, Program Manager,
478-955-3360 or via email at lorie.burton@us.af.mil.
Helmet Mounted Integrated Targeting (HMIT) Sub-assembly Repair & Depot Support Services
PURPOSE/DESCRIPTION
The Government is conducting market research to identify potential sources that possess the
expertise, capabilities, and experience to meet qualification requirements to provide depot-level
test and repair of the Helmet Mounted Integrated Targeting (HMIT) sub-assemblies and Depot support
services for the Next Higher Assemblies (NHA). The National Stock Numbers (NSN) and Part Numbers
(PN) are as follows:
Description Backlight Front Panel Baseboard
SBC Wildcat Filterboard
Upgrade -22210 to -22350
Wire harness BACKLIGHT FRONT PANEL
PCBA BASE BOARD
Filter PCBA Wire harness
Battery Holder PCBA J-BOX ASSEMBLY
MOHAWK SHROUD J-BOX ASSEMBLY EXTENDED MOHAWK SHROUD
NHA
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
WC 1 & 2
ICU 800
ICU 800
ICU 800
ICU 800
ICU 800
Mohawk BBA
Mowhawk BBA Mowhawk BBA Ext
Mowhawk BBA Ext
P/N A13278-1
V14739-08-01 A13882-3 A13965-2
A13748- 22350-R A13421-1 A13278-1
A13044-1 A13743-1 A13421-1 A13747-1 V14492-17-01
V14484-01-02 V14492-17-02
V14484-01-04
NSN TBD TBD TBD TBD TBD
TBD TBD
TBD TBD TBD TBD
5935-01-670-
5622
TBD TBD
TBD
The HMIT system is comprised of an Interface Control Unit (ICU) installed on the F-16 and A-10
aircraft and a Banana Bar located on the helmet. The ICU and Banna Bar are Line Replaceable Unit
(LRU) and the sub-assemblies are Shop Replaceable Units (SRU). Each aircraft has one ICU installed.
HMIT provides aircrew the ability to cue sensors and weapons, while receiving target, weapon and
flight data, at high off-boresight angles for navigation and air-to-air/air-to- ground weapon
delivery while maintaining visual contact with the target. The system also provides aircrew the
ability to cue weapons to potential targets and other locations via information provided by
aircraft sensors.
The service shall include providing obsolete parts resolution along with the necessary engineering
to investigate Deficiency Reports and to provide engineering support to the Depot as required. The
Government does not own the data or the rights to the data needed to compete the repair of this
part. It has been determined to be uneconomical to reverse engineer the data, qualify a new source,
or buy the data and/or data rights. Thales Visionix, Inc. is the only source of known repair for
this system and has been since it was fielded.
CONTRACTOR CAPABILITY SURVEY
Helmet Mounted Integrated Targeting (HMIT) Sub-assembly Repair & Depot Support Services
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming
or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code: NAICS
Code 811219 – Other Electronic and Precision Equipment Repair and Maintenance
Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Small Disadvantaged Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Central Contractor Registration (CCR). (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please
indicate the country of ownership).
Written responses or e-mails must be received no later than close of business 15 January 2023.
Please email or mail your response to:
Lorie Burton
Program Manager Common Avionics 407 SCMS/GULBA
235 Byron St, Suite 19A Robins AFB, GA 31098-1670
Questions relative to this market research should be addressed to Lorie Burton, Program Manager,
478-955-3360 or via email at lorie.burton@us.af.mil.
Part II. Capability Survey Questions
A. General Capability Questions:
1. Describe briefly the capabilities of your facility and nature of the goods and/or services you
provide. Include a description of your staff composition and management structure.
2. Describe your company's past experience on previous projects similar in complexity to this
requirement. Include contract numbers, a brief description of the work performed, period of
performance, and agency/organization supported.
3. Describe your company’s experience in repairing the HMIT and/or sub-assemblies.
4. Describe your company's capabilities for generating, handling, processing and storing classified
material and data.
5. What is your company’s current maximum capacity per month for this particular type of
requirement? Provide information on any facility reserves you may possess to increase capacity in
the event of an immediate need do to critical operational mission requirements.
B. Repair Questions:
1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and
software) to solve maintenance and support problems in the depot environment.
2. Describe your configuration management processes and how you identify and resolve parts
obsolescence and diminishing manufacturing sources problems?
3. Discuss your process for addressing any fit, form, and or function issues that may arise out of
this effort.
4. Describe your process for maintaining inventory records and reporting on hand/work-in- process
balances and repair status to your customer.
5. How will your organization address the absence of drawings, specifications, technical data,
test procedures, etc.
6. If the item cannot be repaired in total, state what your organization can repair.
C. Commerciality Questions:
1. Are there established catalog or market prices for our requirement?
2. If you offer this product and/or service to both U.S. Government and commercial sources, is the
same workforce used for both the U.S. Government and general public?
3. Describe your standard warranty and return process for goods and services furnished to the
government for items similar in nature to this requirement.
D. Continuity of Operations and Cybersecurity
1. Does your company have an active Continuity of Operations Plan (COOP) or equivalent in the
event of a natural disaster or other catastrophic event that causes facilities or operations to be
disrupted?
2. What mitigation strategies are in place for your company to resume operations and to prevent
further disruptions?
3. Is your company facing financial disruption, impending merger, acquisition and/or foreign
investment?
4. If there is Foreign Ownership, Control or Influence (FOCI) of your company, what percentage of
the company is owned by the foreign entity(ies)? Which foreign country(ies)/entity(ies) owns part
or all of your company?
5. Does your company have a policy/plan for preventing and mitigating risks associated with
internal and external information systems security?
6. Has your company implemented cybersecurity requirements given in DFARS clause
252.204-7012, "Safeguarding Covered Defense Information and Cyber Incident Reporting"?