Federal Bid

Last Updated on 30 May 2019 at 8 AM
Sources Sought
Aberdeen Maryland

Replacement for APX-123/A Transponder

Solicitation ID Market-Survey-W56JSR-19-2
Posted Date 07 May 2019 at 4 PM
Archive Date 30 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen Maryland United states 21005
****THIS SOURCES SOUGHT NOTICE HAS BEEN AMENDED; INTERESTED PARTIES MUST READ AND RESPOND TO THIS AMENDED NOTICE IN ITS ENTIRETY****

1. NOTICE

This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a solicitation. 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.

2. SCOPE

The United States (US) Army Program Executive Office (PEO) Aviation, Aviation Mission Equipment Product Management Office (PM AME) is conducting market research to identify possible sources in the commercial marketplace capable of providing a replacement for the APX-123/A transponder installed on Army rotary wing and unmanned aviation systems
3. 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. Proposed devices will be referred to as "products". Responses shall include the following information and address the topics enumerated below.

3.1 Respondent Data

Company Name / Address / Point of Contact (include phone number and email address) / CAGE Code / Web Page URL / State the country of ownership for the company

3.2 Product Requirements

3.2.1 Physical Requirements

Discuss the size, weight and power (SWaP) characteristics of the products to include base, mount, appliques, crypto, adapters, etc.
The Tech Readiness Level (TRL) of the product must be at least 6. Describe how the product has been exercised to TRL 6, and describe plans to achieve TRL 7. If not TRL 6, clearly describe the approach and estimated timeline to achieve TRL 6.
The Manufacture Readiness Level (MRL) of the product must be at least 6. Describe how the product has been exercised to MRL 6, and describe plans to achieve MRL 7. If not MRL 6, clearly describe the approach and estimated timeline to achieve MRL 6.
In what country and city would the proposed transponder be manufactured?
If the product is currently being manufactured, what aircraft platforms for U.S., NATO or other partner nations do you supply a transponder and what type certification has been obtained?
Describe the manufacturing management system in place and how manufacturing risk is handled to promote the suitable maturity, manufacture, adjustments, fielding, and sustainment during the anticipated fielded life time of the product.
Describe how suppliers are managed, including supplier capability, tracking, reporting, and the in house/supplier detection of fraudulent or counterfeit electronic components.
Describe the life-expectancy of the product and any foreseen obsolescence. Are any parts or vendors foreign to the United States of America? Please provide the Bill Of Materials (BOM) and supplier list, including country and city.*NOTE: If desired, the BOM may be submitted as a separate attachment (MS Excel preferred) not subject the overall page limitation as prescribed in section 4 below.
Illustrate and describe the product's cryptographic device (internal or external?).
Describe how cryptographic material / keys are loaded, if the product is cold-loadable, and if the cryptographic device is simple key loader (SKL) compatible, Profile B compatible, capable of accepting Black Key, and if the cryptographic device utilizes a DoD 9-pin standard fill cable. If a non-standard fill cable is required, provide cost data and specify whether the cable is proprietary.
Can the product perform all Mode 5 cryptographic-related interrogation and reply processing functions as described in DoD AIMS 03-1000C and AIMS 04-900A?
Describe the NSA certification status of the product.
How is the crypto held under power off conditions? If battery, describe type, size, replacement time, assembly configuration, rechargeable vs. non-rechargeable, and access procedures to replace. What solutions might be available to mitigate the need for batteries in loading and holding keys? What is the estimated cost range for the proposed transponder, assuming an initial estimated quantity of 1, 101, and 501, in Year 2019?
Describe how Modular Open Systems Approach (MOSA) standards have been incorporated into the design of the product.

3.2.2 Environmental Requirements

Describe the product's compliance with MIL-STD-810 Environmental Requirements and with MIL-STD-461 Electromagnetic Environmental Effects (E3), and provide any test plans and test reports specifically pertaining to MIL-STD-810 and MIL-STD-461 testing of the product.

Describe and illustrate the product's heat signature/dissipation and any cooling requirements and peripherals.

3.2.3 IFF Requirements

Describe the product's compliance with the requirements of AIMS 03-1000C, Federal Aviation Administration (FAA) Technical Standard Order (TSO), and RTCA/DO-181 and -260B.

3.2.4 Airworthiness Requirements

Describe how any non-developmental items/commercial off-the-shelf or developmental products will be ready to receive Aviation Airworthiness Approval per AR 70-62, Airworthiness Qualification of Aircraft Systems.

3.2.5 Electrical Requirements

Describe the product's compatibility with the electrical requirements of MIL-STD-704A-E.

3.2.7 Human Systems Integration

Characterize Human Systems Integration (HSI) performed on any proposed existing or developmental products across the HSI domains of manpower, personnel, training, human factors engineering, soldier survivability, systems safety, and health hazards with attention to maintainability and supportability. Describe the product's Human System Interface compliance to MIL-STD-1472.

3.2.8 Interfaces and Transponder Support

Describe how the product's control equipment is used to operate the product through each and any of the available interfaces.
List all product interfaces (e.g. Ethernet, ARINC 429, MIL-STD-1553, etc.) to include antennae ports
Illustrate any access panel, all status indicators and connectors and their locations.
Describe the Time-of-Day and the GPS inputs of the product.
Is the product M-Code compatible/upgradeable?

3.2.9 Logistics Requirements

Provide product Reliability, Availability and Maintainability (RAM) data to include Mean Time Before Failure (MTBF) and Mean Time To Repair (MTTR) as calculated as: MTTR = Total Downtime / Number of Failures; MTBF = Total Up Time / Number of Failures
Describe the Built-In-Test (BIT) capability.
Describe how operational software is loaded into the product, what equipment is required, what software code is used, and who develops and updates the software.
Describe the ability to provide depot level maintenance (inspection, testing, repair) for the proposed transponder and if capable, the location (city, country)?
Describe how obsolescence, manufacturing sources, material shortages, or hardware and software monitoring for Diminishing Manufacturing Sources and Material Shortages (DMSMS) are tracked by your company.
What type of predictive maintenance functionality combined with Artificial Intelligence (AI), if any, including visual or audio notifications or data capture/software capabilities are provided within the transponder for use by the aviator, maintainer, and trainer?

3.2.10 Cybersecurity Requirements

Describe the product's cybersecurity compliance with DoDI 8500.01 and any vulnerability scanning and/or software assurance completed or planned.
What is your timeline and process for emergency software services for the product?

4. RESPONSES, COMMUNICATIONS AND ADDITIONAL CONSIDERATIONS

Responses shall not exceed 16 pages (inclusive of any cover page, but exclusive of the separate BOM attachment as specified above in Section 3.2.1). 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.

5. RESPONSES SHALL BE SUBMITTED ELECTRONICALLY VIA EMAIL TO:

Ryan Ramsay, 256-955-7685, [email protected]

Bid Protests Not Available

Similar Past Bids

Aberdeen Maryland 29 Aug 2022 at 3 PM
Patuxent river Maryland 22 May 2013 at 8 PM
Aberdeen proving ground Maryland 29 Sep 2022 at 1 PM
Loop Texas 03 Aug 2017 at 12 PM
Independence West virginia 24 Jul 2014 at 11 AM

Similar Opportunities

Philadelphia Pennsylvania 13 Aug 2025 at 8 PM