This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.
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.
1. SCOPE
The United States Army Program Executive Office Aviation (PEO AVN), Product Manager Assured Airspace Access Systems (PdM A3S) is conducting market research to identify possible sources capable of providing an IFF (Identification Friend or Foe) capable, Airborne Radar Beacon Transmitter – Receiver System for existing Army aviation and shipboard infrastructure.
2. INSTRUCTIONS TO POTENTIAL RESPONDENTS
Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience and devices with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below.
Company Name Address
Point of Contact (include phone number and email address, CAGE Code, Web Page and URL)
State the country of ownership for the company.
2.1 Performance Requirements:
Interested parties shall provide evidence such as item specifications, test reports or certifications of the proposed products that meet performance requirements shown below. If any part of the proposed product or subcomponents requires a development effort, clearly describe the approach and estimated certification or qualification timeline. The interested parties shall explain where the unit is not compliant with the requirements outlined above and discuss plans to gain compliance along with the timeline.
2.1.1 Capable of Modes 1, 2, 3/A, C, S (Level 2 extended squitter and Surveillance Identifier Capable and EHS), Mode 5 (Mode 5 Level 1/2, Mode 5 Level 2-B (In and Out), CAS compatible, ADS-B 1090 MHz Out, ADS-B 978/1090 MHz In, ADS-R 978/1090MHz In, TIS-B 978/1090 MHz In, FIS-B 978 MHz In , and ADS-B Surveillance applications data for situational awareness.
2.1.2 Capable of fitting the existing current mount as a standalone unit, utilizing existing aircraft wiring harness connections, and the ability to adjust to platform specific subcategories of the of the system’s input/outputs.
2.1.3 Capable of all software and firmware certified to DoD AIMS 17-1000 Rev1.1. Able to continue to meet the latest operational Identification Friend of Foe (IFF) requirements, diversity capable, including the requirements for AR 70-62, Airworthiness of Aircraft Systems and guidance from MIL-HDBK-516C Airworthiness Certification Criteria.
2.1.4 Capable of interfacing with a cryptographic applique that performs all IFF cryptographic related processing functions as described in DoD AIMS 17-1000 Rev1.1 and DoD AIMS 04-900(A) Option B.
2.1.5 Input Power Requirement (Steady State Voltage): 18.5 to 28 VDC
Interested parties shall describe the proposed airborne radar beacon transmitter- receiver system’s ability to operate from a prime power source with characteristics and limits as defined in MIL-STD-704 Electric Power, Aircraft, Characteristics and Utilization, Revisions A, C, D, E, and MIL-STD-704 F w/change 1 (not to include B). Describe the operating power capability under standard conditions (15C-30C), environmental service conditions (-40C-+71C), and at maximum power consumption conditions.
2.1.6 Physical Requirements
Interested parties shall describe the proposed airborne radar beacon transmitter- receiver system size, weight, power, and cooling (SWaP-C) characteristics by subcomponents and how they have been minimized to the greatest extent possible without compromising the performance of the unit.
2.1.7 Environmental and Electromagnetic Qualification Requirements
Requirements for the Control of Electromagnetic Interference (EMI) Characteristics of Subsystems and Equipment for EMI / Radio Frequency Interference (RFI) requirements IAW MIL-STD 461G as modified by ADS-37A-PRF, MIL-STD-810H, DoD Test Method Standard - Environmental Engineering Considerations and Laboratory Tests, for the following:
a. Operating Altitude: from sea level to 40,000
b. Operational temperature: -40C to +71 C
c. Thermal Shock: -85 to +55 C
d. Humidity: <= 95%
e. Rain
f. Icing/Freezing Rain
g. Salt Fog
h. Sand and Dust
i. Fungus
j. Shock and Crash Safety
k. Explosive Atmosphere
l. Decompression
m. Vibration/Gunfire Vibration
n. Acceleration
o. Solar Radiation
p. Lightning
q. CE101, CE102, CE 106, CS101, CS114/115/116/117/118, RE101, RE102, RS101, RS103
Interested parties shall provide evidence such as test reports of the proposed airborne radar beacon transmitter- receiver system that meets the above qualification requirements. If not compliant, discuss future plans to gain compliance.
2.2 Interfaces
Interested parties shall describe the airborne radar beacon transmitter- receiver system interface implementation and definitions to allow the Modes described herein and control, status and report generation as defined in accordance with DoD AIMS 17-1000 Rev 1.1; RTCA DO-181F, DO 260C, DO 282C, DO-358B, and DO-317C. Include the description of the system control and status ability and availability via RS-485A interface, MIL STD 1553B, Ethernet, and/or RS-232 control and status interfaces.
2.3 Certification
Interested parties shall provide the required certification to RTCA DO-178C, Design Assurance Level C and RTCA DO-254, Design Assurance Level C. If not compliant, discuss future plans to obtain the required certification.
2.4 Other Considerations
2.4.1 Describe how the proposed solution would be maintained, and describe the warranties offered.
2.4.2 Indicate whether the company is presently providing devices of these types to the Government to include platforms that these products are installed. If so, provide the contract number(s) and the appropriate Government points of contact.
2.4.3 Describe any pre-planned product improvements or ability for growth reserve processing and additional memory capacity that are scheduled to be made or potentially could be made.
2.4.4 Describe how any software reloading capability is performed to allow for software updates in the field.
2.4.5 Indicate whether an airborne radar beacon transmitter- receiver system production unit is presently available or when a fully functional engineering development model (EDM) will be available.
2.4.6 Describe the earliest timeframe and capacity to achieve an airborne radar beacon transmitter- receiver system including a cryptographic applique for an initial production, minimum quantity of 40 systems within three months. Include a description of the highest level of system, subsystem, and component level manufacturing maturity self-assessments or formal assessments completed to identify a Manufacturing Readiness Level (MRL) for a pilot line capability demonstrated prior to the initial production. Also describe the earliest timeframe and capacity to achieve full rate production of the airborne radar beacon transmitter- receiver system with cryptographic applique immediately after the initial quantity is completed. Provide an estimated monthly system production capability thereafter.
3. RESPONSES, COMMUNICATIONS, AND ADDITIONAL MATTERS
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 10 pages (including any cover page). Include technical and descriptive text, functional block diagrams, and 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 Army workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the applicable Non-Disclosure Agreements (NDAs).
e. Responses are due electronically by 1600 EST, 16 May 2025 via email to:
Name: Daniela Caughron
Title: Systems Engineer
Organization: PM AMSA Field Office
Email: daniela.i.caughron.civ@army.mil
f. For more information on this RFI, please contact the point of contact identified above and contracting personnel identified in the Contact Information. E-mail communication is preferred.
4. DISCLAIMER
This RFI is not an RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
Contracting Office Address:
6590 Surveillance Loop
Building 6010
Aberdeen Proving Ground, Maryland 21005-1846
U.S.A.
Primary Point of Contact: Daniela Caughron, daniela.i.caughron.civ@army.mil
Secondary Point of Contact: Jessica Lefever, jessica.d.lefever.civ@army.mil