Federal Bid

Last Updated on 04 Jul 2015 at 8 AM
Sources Sought
Lakehurst New jersey

Recovery, Asist, Secure, and Traverse (RAST) successor system

Solicitation ID N68335-15-RFI-0312
Posted Date 19 May 2015 at 6 PM
Archive Date 04 Jul 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
 

Request for Information (RFI) for the Recovery Assist, Secure and Traverse (RAST) Successor system. 

 

GENERAL INFORMATION

 

Document Type: RFI

N68335-15-RFI-0312

 

 

Contracting Office Address:

Naval Air Warfare Center Aircraft Division - Lakehurst

Contracts Department

Hwy. 547

Building 562, Room 306

Lakehurst, NJ, 08733-5083

 

REQUEST FOR INFORMATION:

 

The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is surveying the marketplace for all interested parties.  This is a request for information and planning purposes only and does not constitute a Request for Proposal (RFP).  NAWCAD Lakehurst is requesting information pertaining to suitable technologies to succeed the RAST system.  RAST is a system used on Air Capable Ships (ACS) to help guide a SH-60B or MH-60R helicopter to the deck, secure the aircraft, and traverse the aircraft to/from the hangar.  The RAST successor system is intended for use aboard DDG-51 FLT III Arleigh Burke class destroyers.

The following requirements are provided to assist in the preparation of responses to this RFI:

Mission Environment:  The RAST system is operational under all environmental conditions necessary to support SH-60B/MH-60R mission requirements that include associated ship motions up to and including sea state 5 while the aircraft is in operation and up to and including sea state 8 while the aircraft is stowed.

Recover:

The system will provide for the safe landing of the aircraft on the flight decks of ACS platforms.  The system may/may not provide in flight recovery assistance to the pilot.  The system will provide the status of the recovery system to the Landing Safety Officer (LSO) while in the recovery mode.  The system will allow the pilot or LSO to abort the landing prior to the aircraft being secured to the deck.

Secure:

While on the flight deck and in the hangar, the system will maintain control of the aircraft at all times to avoid damage. 

Traverse and Position:

The system will orient and position the aircraft following a recovery to traverse it from the landing area.  Prior to launching the aircraft, the system will traverse it to the flight deck position for launch.

Launch:

The system will maintain the security of the aircraft until the LSO gives the command for launch.  Once the launch command is received, the system will automatically release the aircraft from a secured position.

INFORMATION REQUESTED:

 

Interested vendors are requested to provide the following:

1.  Company description

2.  Clear identification of a technology suitable for one or both subsystems

3.  Definition and functionality

4.  Evidence of company technological subject matter expertise

5.  Company technical point of contact (POC) relevant to technology (ies)

6.  Technology industry applications

7.  Technology consumer applications

8.  Technology/concept rationale as related to system requirements

9.  Technology/concept challenges as related to system requirements

10.  Technology/concept limitations (size, weight, maturity, etc.)

11.  Any additional information that will assist in understanding responses to this RFI

 

CONCLUSION

In response to this RFI, all interested parties must submit written responses, preferably via electronic mail.  The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited.  While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture.  The Navy will not use any information provided to level your company's approach relative to another competitor.  Responses to this RFI will not be returned.  Respondents will not be notified of the result of the RFI review.

Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins.  Responses to this RFI are requested by 4:00 PM 19 June 2015.  Responses should cite RFI number N68335-15-RFI-0312 and be addressed to the attention of Mr. Michael Furey, Code 2.5.2.5.2MF.

Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued.  Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov.  It is the potential vendor's responsibility to monitor this site for the release.

 

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 06 Jul 2018 at 2 PM
Canada Kentucky 19 Jan 2017 at 2 PM
Lakehurst New jersey 09 Dec 2019 at 2 PM
Lakehurst New jersey 15 Feb 2024 at 6 PM
Lakehurst New jersey 01 Jul 2004 at 5 AM

Similar Opportunities

Columbus Ohio 08 Jul 2025 at 3 AM
Columbus Ohio 08 Jul 2025 at 3 AM
Columbus Ohio 08 Jul 2025 at 3 AM
Location Unknown 15 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM