MODIFICATION
15 -- The U.S. Army seeks to acquire, through full and open competition, and field an existing Small Unmanned Aerial Vehicle (SUAV) System. REVISION 004 (TO SYNOPSYSIZE THE REQUIREMENT FOR THE PROCURMENT OF THE SUAV SYSTEM)
- Notice Date
- 3/1/2005
- Notice Type
- Modification
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-05-R-0382
- Response Due
- 4/15/2005
- Archive Date
- 6/14/2005
- Point of Contact
- Stephanie Hall, 256-313-5847
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command (Aviation)
(stephanie.hall@peoavn.redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army seeks to acquire, through full and open competition, and field an existing Small Unmanned Aerial Vehicle (SUAV) system that provides the best overall value to meet the small units need for real-time reconnaissance, surveillance, and ta rget acquisition (RSTA) and battle damage assessment (BDA). The system shall have the flexibility to be modified through a Block Upgrade approach to achieve time-phased incorporation of the requirements within the 24 AUG 2004, Rucksack Portable Unmanned Ae rial Vehicle (RPUAV), Operational Requirements Document (ORD), The objective is the execution and delivery of systems and the corresponding program support. Utilizing the Best Value approach, the government will consider innovative or individualized solutions to meeting the system and program requirements. The selecte d offeror shall be the SUAV System Integrator. The governments objective is for: System Capability Demonstration (SCD) The objective for SD is for the contractor(s) to demonstrate their existing systems compliance to the initial screening criteria during the SCD. At a minimum the Block 0 system shall meet the SUAV initial screening c riteria, Key Performance Parameters (KPPs), Airworthiness Requirements, and trade space requirements (optional) Low Rate Initial Production (LRIP) The objective for LRIP is for the delivery of specification compliant LRIP systems IAW the contract delivery schedule, delivery of the required data items and products, and execution of the associated program management and support. However, the contractor is encouraged to provide representative systems as rapidly as possible. It is anticipated that the contracto r will provide the fastest practical schedule and an alternate accelerated schedule. The Government contemplates a contract that shall provide for initial operations during the current year with options for the fiscal years 06 through 10. The LRIP configuration will be used for logistics product development, training, developmental and qualification testing, and Operational Evaluation. LRIP shall consist of the following: " LRIP Systems Delivery " Program Management and Functional Support ( i.e. Technical, Logistics, etc.) " Engineering Support Services " Contractor and Government Technical Testing " Support of Operational Evaluation & LOG Demo " Logistics Support (support equipment such as battery charger, launch assist device (if required), etc.; spares; training; training devices; technical manuals; and contractor logistics support) Full Rate Production (FRP). The objective for Optional FRP is for the delivery of specification compliant FRP systems IAW the contract delivery schedule, deliv ery of the required data items and products, and execution of the associated program management and support. The FRP configuration shall be used to meet the governments fielding requirements and provide the initial baseline, Spiral Development and Horizon tal Technology Insertions (SD/HTI), activities. The FRP shall consist of the following: " FRP System Deliveries " Program Management and Functional Support (i.e. Technical, Logistics, etc.) " Engineering Support Services " Contractor and Government Technic al Testing " Logistics Support (support equipment such as battery charger, launch assist device (if required), etc.; spares; training; training devices; technical manuals; and contractor logistics support) The Government anticipates the requirement for SUAV will be approximately 1335 +/- systems through all three phases. The proposed Block 0 system shall consist of five basic components: Ground Control Station (GCS) (1 per system); Remote Video Terminal (RV T) (1 per system); Air Vehicle (AV)(3 per system); AV Payload (day and night imagery capability, (e.g. EO and IR)); and a Field Repair Kit with modular EO/IR payload; any equipment required for flight preparation, launch or recovery; power sources and tact ical packaging (if required). The proposed system shall meet the AV live imagery payload data shall be passed from the GCS and RVT to the RSTA Kit devices. Captured images shall be viewable on any windows based computer system and FRK (1 per system), plus any other equipment necessary for launch, recovery and operation . The contractor shall maintain a current U.S. Communications Security (COMSEC) account throughout the performance of any resulting contract. Additional information and technical requirements are provided at SUAV Web site. Interested parties and offerors should obtain, read and review the complete information package to determine all technical requirements prior to submission of any offerors. All responsible sources may submit a bid, proposal, or quotations which shall be considered by the Government, SEE FedBizOpps Numbered Notes 9 and 26.
- Place of Performance
- Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC-CM-A (MICHAEL DWYER), ROOM 140, 5681 WOOD Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00760381-W 20050303/050301212228 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |