CH-53K Forward Looking Infrared System Competition and Production
ID: N0001923R0093FLIRCOMPETITIONType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, AIRBORNE (5841)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the integration, production, and delivery of Forward Looking Infrared (FLIR) systems for the CH-53K helicopter, a critical component for the U.S. Marine Corps' heavy lift capabilities. The procurement aims to outfit all 200 CH-53K aircraft with advanced FLIR systems to enhance navigation and surveillance missions, ensuring compliance with stringent military standards for performance and reliability. This initiative is vital for maintaining the operational effectiveness of the CH-53K, which is designed to support rapid material transport across diverse environments. Interested contractors should submit their questions and feedback regarding the draft Request for Proposal (RFP) by September 13, 2024, and can reach out to primary contacts Giovanna S. Bonefont and Christopher J. Harritt for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as a preliminary outline for a federal government Request for Proposals (RFP) regarding grant opportunities at the federal, state, and local levels. Its primary objective is to solicit proposals from eligible applicants interested in addressing specific government priorities through funding initiatives. Key discussions within the draft highlight the various funding streams available, eligibility criteria for applicants, application processes, and evaluation metrics for proposal assessment. The structure comprises an introduction to the RFP process, followed by sections detailing key priorities, eligible project types, and compliance requirements. Emphasis is placed on the necessity of alignment with governmental goals, such as economic development and public service enhancement, while stressing the importance of sustainability and innovation within proposed projects. Finally, the document outlines submission deadlines and expectations for reporting outcomes post-funding. In essence, this RFP draft outlines the framework for financial support initiatives aimed at fostering community development and addressing specific societal needs, reflecting the government's commitment to responsible stewardship of public funds and generating measurable impacts through funded projects.
    The document serves as a preliminary draft related to federal and state/local Requests for Proposals (RFPs) and grants. Its primary focus is to outline government funding opportunities and application processes. Key points include essential requirements for applicants, an overview of the funding allocation process, and guidelines for proposal submission. It emphasizes the need for clarity in project objectives, adherence to budget constraints, and compliance with both federal and local regulations. The structure of the document comprises sections detailing eligibility criteria, evaluation metrics, and timelines for submission. This guide aims to facilitate a smoother application process for prospective organizations and individuals looking to obtain governmental funding by providing comprehensive instructions and considerations for potential projects. The tone is informative, catering to a variety of stakeholders involved in the grant application process, ultimately supporting efforts to foster transparency and efficiency in government funding initiatives.
    The document outlines the Contract Data Requirements List (CDRL) for the CH-53K helicopter program under the government RFP N00019-23-RFPREQ-APM261-0619. It includes a detailed table of data items required from contractors, specifying titles, references, and submission requirements. Key deliverables consist of various reports, including cost reports, quantity data reports, contractor business data reports, and others related to software and interface specifications. Each data item has associated frequencies for submission, specific formats for delivery, and government approval protocols, ensuring compliance with Department of Defense regulations. Emphasis is placed on digital formats compatible with existing Navy systems. This structured approach aims to maintain stringent oversight and quality assurance throughout the contract lifecycle, demonstrating the government's focus on effective management and thorough documentation within federal contracting processes. The summary reflects the essential administrative and procedural elements necessary for contractors to fulfill contractual obligations efficiently and effectively.
    The document outlines the performance specifications for the Forward Looking Infrared (FLIR) system to be integrated into the CH-53K aircraft. It details requirements for design, integration, testing, and operation in varied environments, including dust and adverse weather conditions. Key features include multiple fields of view, high-definition imaging, laser range-finding capabilities, and robust thermal signature detection. The document specifies performance thresholds such as target detection ranges, visual identification at distance, and stringent maintenance and reliability standards. It emphasizes compliance with military standards, particularly regarding safety, human factors, environmental conditions, and electromagnetic interference, ensuring the system’s performance under diverse operational challenges. Additionally, it mandates that the FLIR system not alter the aircraft’s airframe and remain functional following electrical disruptions. This specification serves as a foundational document for contractors responding to the military's request for proposals, guiding the development and procurement of advanced optical systems in defense contexts.
    The document outlines the solicitation and contract details for the provision of various supplies and services related to the USMC Heavy Lift Replacement Forward Looking InfraRed (FLIR) systems. The main focus is on the delivery of specialized equipment, such as NRE and integration, TEMPEST and EMI testing, along with various production representative items and data support through well-defined Contract Line Items (CLINs). It includes strict delivery timelines, requiring responses to be structured within a specified time frame. Additional details highlight procurement clauses, including inspection and acceptance protocols, packaging and marking requirements, and billing instructions via the Wide Area Workflow (WAWF) system. Significant emphasis is placed on compliance with various mandatory regulations, such as item identification standards from the Department of Defense (DoD) and handling hazardous materials. The document's purpose is to solicit proposals from contractors while providing them with essential information regarding contractual obligations, evaluation criteria, and logistical expectations, ensuring adherence to government standards for defense procurement. This RFP serves as a framework for competitive bidding aimed at securing reliable suppliers for critical military technology needs.
    The document outlines a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract issued by the Naval Air Systems Command for the integration, production, and delivery of Forward Looking Infrared Systems (FLIR) for the CH-53K helicopter. The contract, designated N0001925D0001, includes provisions for supplies, services, pricing, delivery terms, and inspection/acceptance criteria. It emphasizes the need for contractor compliance with various regulations, including DFARS requirements for item identification and unique identification for Defense Department supplies. The document details specific items and quantities for both production and potential future options, including a range of accessories and spare parts, along with minimum and maximum order quantities and pricing structures. Moreover, the contract stipulates packaging and labeling protocols, inspection requirements, and the incorporation of higher-level contract quality standards. It aims to ensure compatibility among the various equipment and services provided to the U.S. Marine Corps while facilitating a structured approach to deliverable management.
    The document outlines the response procedure for the RFP N00019-25-D-0001 concerning the FLIR Competition. It includes a series of sections requesting clarification on specific paragraphs within the RFP, indicating whether the questions posed are proprietary. Each section contains a placeholder for the question number, reference paragraph, proprietary designation, government response, and relevant documentation categories (SOW, SPEC, RFP, CDRLs). The structure consists of five distinct parts, each designed to facilitate communication between offerors and the government, ensuring transparency and clarity in the bidding process. The document serves to address inquiries related to the RFP, ensuring potential contractors can align their proposals with government expectations and requirements. This format underscores the importance of thorough documentation and clear communication in government contracting initiatives.
    The document outlines a federal request for proposals (RFP) numbered N0001923R0093 for the FLIR Competition. It contains a structured format for questions submitted by offerors, referring to different paragraphs of the Request for Proposal, indicating whether the inquiries are proprietary, and capturing government responses. Each section is designed to facilitate clear communication between the government and potential contractors regarding specific details in the RFP, such as technical specifications, scope of work, and any attachments related to the proposal. The format systematically organizes questions, enabling efficient responses and ensuring clarity in expectations for both parties. Ultimately, the document serves to streamline the procurement process and clarify requirements related to the competitive bid for the FLIR project, reinforcing transparency and effective collaboration in government contracting.
    The CH-53K Statement of Work (SOW) outlines the requirements for integrating, testing, and producing the Forward Looking InfraRed (FLIR) system for the CH-53K aircraft. The Contractor is responsible for ensuring successful integration with existing avionics systems, providing necessary technical support, and complying with various documentation and reporting protocols. The SOW details program management tasks, covering post-award conferences, cost data reporting, and schedule management. Engineering requirements encompass systems engineering, software management, safety assessments, and comprehensive testing protocols to meet performance standards. Specific deliverables include software specifications, reliability assessments, maintenance plans, and product support analysis. The Contractor must ensure compliance with stringent regulations regarding safety, security, and obsolescence management. The document highlights the importance of collaboration between the Contractor, Government representatives, and prime contractors throughout the project's lifecycle. Overall, the SOW serves as a critical framework for the successful deployment of FLIR capabilities within the CH-53K program, emphasizing efficiency, quality, and adherence to military standards.
    The FLIR 10-15 Competition RFP seeks vendors' proposals for the integration of FLIR systems within specific military aircraft, emphasizing compliance with various operational and technical parameters. Key questions from potential bidders cover topics like data rights requirements, expected timelines, system compatibility, and the US Government's (USG) payment structure. The USG has committed to releasing a draft RFP in January 2024, which will include essential details regarding financing and system specifications, while signaling that retrofitting existing systems is not currently under consideration. Responses from the USG indicate the future contract will include sections on technical requirements, environmental testing, and operational capabilities. Importantly, the document outlines upcoming milestones for System Integration Lab (SIL) testing in FY27 and clarifies that the current MFD is an Analog and HD variant manufactured by Collins Aerospace. Additionally, the USG aims to define reliability metrics and integrate a clear power requirement specification in the final RFP. The overall focus remains on ensuring seamless integration with existing military hardware while adhering to rigorous compliance standards.
    The PMA-261 Industry Day document presents the Forward Looking Infrared Radar (FLIR) Competition aimed at integrating advanced FLIR systems into the CH-53K aircraft. The event, hosted on 21 September 2023, details the draft technical specifications which outline mandatory features such as target detection, tracking capabilities, and environmental adaptability of the FLIR system. Key specifications include performance metrics, power requirements, and construction standards to ensure reliability, maintainability, and compliance with military standards. The Scope of Work (SOW) necessitates contractors to deliver a FLIR capable of integration, provide necessary technical data, and support integration tests. It emphasizes adherence to quality assurance processes, risk management, and the need for post-contract support. The document also specifies engineering support roles, which encompass systems analysis and test deliverables to validate design capabilities. Overall, the document serves as a foundational guide for potential bidders on the requirements and expectations involved in the FLIR Competition, ensuring that submissions align with military operational standards and technical needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue one or more orders to Lockheed Martin Aeronautics Company for the F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface. The procurement requires a modular system capable of directly injecting synthetic EO/IR imagery into systems under test for various fixed-wing and rotary-wing platforms. This acquisition is critical for the F-35 "Lightning II" program, as Lockheed Martin is the sole designer and integrator of the aircraft, possessing the unique expertise and proprietary documentation necessary to meet the government's requirements. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and there is no commitment from the government to issue a solicitation or award a contract.
    58--RECEIVER,INFRARED, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of infrared receivers under solicitation number N00383-24-R-N377. The procurement aims to restore these critical electronic components to a Ready for Issue (RFI) condition, ensuring they meet operational standards for military applications. This contract is vital for maintaining the functionality of defense systems that rely on infrared technology, which plays a crucial role in navigation and detection. Interested contractors must submit their quotes by November 12, 2024, and can direct inquiries to Alyssa Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil.
    NSN 1620-00-890-3201, DAMPER HOUSING ASSEMBLY, 41N, CH-53 HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Damper Housing Assembly for the CH-53 helicopter, identified by NSN 1620-00-890-3201. This procurement involves an Indefinite Quantity Contract (IQC) for a base period of five years, with an estimated annual quantity of eight units, and delivery is expected within 120 days after order placement. The selected suppliers will play a crucial role in ensuring the operational readiness and safety of military aviation by supplying critical components manufactured under stringent quality assurance measures. Interested parties should direct inquiries to Tatjana Vaughan at Tatjana.vaughan@dla.mil or call 804-279-2727, with the solicitation expected to be issued on or about September 19, 2024, available via the DLA Internet Bid Board System (DIBBS).
    RADOME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of radomes for the MH-47E Chinook Helicopter, specifically NSN: 1560-017181288, Part Number: 202221055-10. This solicitation is for a definite quantity contract for 12 units, with a delivery schedule of 282 days after receipt of order, and is designated as a Total Small Business Set-Aside under NAICS code 336413. The radomes are critical components for the helicopter's operational capabilities, and the procurement will follow a full and open competition after exclusion of certain sources. Interested vendors must submit their proposals by fax to (804) 279-4165 and are encouraged to review the solicitation documents available on the DLA Internet Bid Board System, with the issue date set for September 13, 2024. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    BARREL-ROTARY,CONTR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of 970 units of barrel-rotary components for the H-60 helicopter, identified by NSN: 1615-010957107 and Part Number: 70301-02114-104. This procurement is classified as a Critical Safety Item and requires compliance with Enhanced Export Control and NIST SP 800-171 DOD Assessment Requirements. The solicitation is set to be issued on September 30, 2024, and interested vendors must submit their proposals in writing, with offers due to the specified fax number. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    NSN 1615-011618384, TAIL TAKEOFF FLANGE, WSDC: 27F, HELICOPTER, HH-60 ALL VARIATIONS PAV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the Tail Takeoff Flange, NSN 1615-011618384, specifically for the HH-60 helicopter variations. The procurement requires that parts be manufactured in accordance with the specified basic drawing and is set for a base period of five years, with an estimated annual quantity of 72 units and delivery expected 535 days after order placement. This component is critical for maintaining the operational readiness of military aviation systems, ensuring safety and performance standards are met. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around September 10, 2024, and should direct inquiries to Tatjana Vaughan at tatjana.vaughan@dla.mil or by phone at 804-279-2727.
    69--CH-53E Containerized Flight Training Device (CFTD) Baseline Configuration Upgrade (BCU)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor to upgrade the baseline configuration of the CH-53E Containerized Flight Training Device (CFTD) located at Marine Corps Air Stations (MCAS) Kaneohe Bay, HI. The upgrade will include the modification and upgrade of the existing device at MCAS Kaneohe Bay and the design, fabrication, installation, and test of a new device at MCAS Futenma, Japan. The upgrade aims to ensure high fidelity flight training and extend the usable life of the training devices. The contractor will replace or upgrade obsolete hardware and software components, including the host computer, Instructor Operator Station (IOS) computers, Program Support Equipment, Visual System, Control Loading System, and Input/Output (I/O) components. The contractor will utilize both Commercial Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) equipment to address obsolescence and supportability issues. The existing CH-53E Aircrew Procedures Trainer (APT) at MCAS Futenma will be replaced by the new device. The final Request for Proposals (RFP) is expected to be released in April 2017.
    Thermal Imaging Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of thermal imaging cameras and related equipment, with a focus on supporting military ocean terminal operations. The primary objective is to acquire four Seek AttackPRO+ NFPA Certified Thermal Imaging Cameras and twelve Seek FirePRO 300 units, along with various accessories, all adhering to NFPA 1801:2021 standards. These thermal imaging devices are crucial for enhancing operational efficiency and safety during emergency responses, particularly in firefighting scenarios. Interested vendors must submit their quotes electronically by September 23, 2024, with questions due by September 19, 2024. For further inquiries, contact Eric A. McReynolds at eric.a.mcreynolds.civ@army.mil or Taylor Beam at taylor.d.beam.civ@army.mil.
    61--HYDRAULIC MOTOR-GEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of hydraulic motors for the MQ-4C Triton UAV. This request for proposals (RFP) is aimed at acquiring spare parts necessary for the operation and maintenance of the UAV, which plays a critical role in maritime surveillance and reconnaissance missions. Interested vendors are required to submit their quotes via email to Christopher Kilcours at christopher.kilcours@navy.mil by the specified closing date in the solicitation. For further inquiries, potential bidders can contact Mr. Kilcours directly at 215-697-3992.
    NSN 1660-01-120-7461, Cabin Air Manifold, WDSC: 05A, Helicopter, Chinook, CH-47
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the Cabin Air Manifold, NSN 1660-01-120-7461, which is critical for the Chinook CH-47 helicopter. This procurement is structured as an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of seven units, and delivery is expected within 28 days after order placement. The selected contractors must be certified by the DoD to access unclassified data, and the solicitation will be issued on or about September 26, 2024, with further details available on the DLA Internet Bid Board System (DIBBS). Interested parties can direct inquiries to Tatjana Vaughan at Tatjana.vaughan@dla.mil or by phone at 804-279-2727.