Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOURCES SOUGHT

A -- Miniaturized Synthetic Aperture Radar (MiniSAR) Initiative

Notice Date
3/27/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-06-LGCC012
 
Response Due
4/3/2006
 
Archive Date
4/18/2006
 
Description
This is a request for information (RFI) only*. It is not a solicitation nor does it guarantee a solicitation will be issued. The 99th Contracting Squadron, Nellis AFB NV, is conducting market research for a contractor to execute the USAF Unmanned Aerial Vehicle Battlab (UAVB) Miniaturized Synthetic Aperture Radar (MiniSAR) Initiative. The MiniSAR Initiative is a USAF Warfare Center Commander approved, and UAVB led, initiative to integrate Sandia National Laboratory?s MiniSAR onto an Unmanned Aircraft System (UAS). The purpose of this initiative is two-fold. First, demonstrate the ability to integrate MiniSAR onto a tactical UAS. Second, demonstrate the military worth of MiniSAR in Improvised Explosive Device (IED) detection and in urban operations. The MiniSAR initiative is planned as a four-phase project with a total duration of one-year. Phase one defines the integration and interface requirements between the UAS and the MiniSAR sensor. Phase two covers both the fabrication of the UAS and the integration of the sensor into the UAS. Phase three consists of the ground testing and flight demonstration. Phase four is a concept demonstration in a tactical scenario. The following general services are required in order to execute this initiative: a. Production of a UAS. Minimum technical requirements are: 100 pound payload capacity, 12 hours flight duration at cruise, 300 Watts sustained power production, operate in 30 knot winds, auto takeoff and land capability, austere field operations capable, remotely piloted and autonomous operations; on-board processing; real-time reprogrammable mission computer; line-of-sight and beyond line-of-sight communications and control; 18 cubic feet internal payload volume, 10 inch external ball capable, landing gear capable of protecting sensor ball, proven platform design, and platform readily available for modification to support the MiniSAR. The UAS shall also have a ground control station capable of mission planning, flight training, mission execution, multiple aircraft command and control, and simultaneous connectivity between aircraft and multiple ground stations for data download. b. Production of a lightweight, high performance synthetic aperture radar. The radar chosen is a government off-the-shelf (GOTS) system developed by Sandia National Laboratories. Performance specifications are classified. The contractor will work with Sandia National Laboratories to execute design, integration, installation, and operation of their GOTS SAR on the UAS. Potential follow-on efforts: Based upon the success of the initial demonstration, a planned transition option exists. Additionally, there could be subsequent efforts to demonstrate the MiniSAR sensor in conjunction with other sensor systems. At that time, the UAVB will analyze the current state-of-the-art UAS available. If you feel you can provide the products and services listed, please provide a 3-10 page Capabilities Statement, addressing the items below, to 1Lt Cassandra Proctor at cassandra.proctor@nellis.af.mil and 1Lt Micah O?Neal at micah.oneal@nellis.af.mil, NLT 1000 PST on 3 April 2006: What capabilities does your organization possess to successfully accomplish the requirements described in this RFI? How will your company approach the requirements in this RFI? (i.e. payload, power) What is your business size (e.g., 8(a), Service-Disabled Veteran Owned, large business, etc.)? If a solicitation for this effort were issued, would your organization submit a proposal as a prime contractor or a subcontractor? What percentage of this effort would be appropriate for a small business set-aside? Do you hold any contracts similar in work/scope to the services identified above? Can you provide those contract numbers and their values? Can you provide a point of contact name/number? Do you have a GSA schedule contract for the services identified above? Will the Government own the UAV once all phases are completed? Do you currently have personnel cleared at the TS/SCI level? If you have any questions regarding this effort please include them in your Capabilities Statement (this will not count against your page limit). * Submission of any information in response to this RFI is completely voluntary, and shall not constitute a fee to the government.
 
Place of Performance
Address: Nellis AFB NV and Creech AFB NV,
Zip Code: 89191
Country: United States
 
Record
SN01015354-W 20060329/060327211859 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.