SOURCES SOUGHT
99 -- MCAS Yuma AZ is seeking potential sources capable of providing Surrogate Unmanned Aerial Vehicle support and consulting services.
- Notice Date
- 8/8/2006
- Notice Type
- Sources Sought
- Contracting Office
- M62974 YUMA, AZ
- ZIP Code
- 00000
- Solicitation Number
- M62974SUAV
- Response Due
- 8/14/2006
- Description
- SOURCES SOUGHT NOTICE. Marine Corps Air Station (MCAS) Yuma, AZ is seeking to identify potential sources capable of providing Surrogate Unmanned Aerial Vehicle (SUAV) support and consulting services. This is a market research tool to determine the availability of sources. This announcement is for information purposes only and is not to be construed as a commitment by the Marine Corps, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The NAICS code is 541690 and size standard is $6.5 million. Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) has incorporated the use of the Predator Unmanned Aerial Vehicle (UAV)into the Weapons and Tactics Instruction (WTI) course curriculum. Air space restrictions and the requirement to fly unmanned aerial vehicle (UAV) missions over populated towns dictates the use of manned aerial vehicles that simulate the Predator UAV! and provide Predator quality video from a sensor aboard the aircraft to an actual Predator ground control station. This type of platform is known as a SUAV. MCAS Yuma is seeking sources that have proven capability to meet all of the technical requirements listed in this document and a history of successful missions in support of military operations involving ground troops and air forces. MAWTS-1 has specific requirements that must be met by the contractor to successfully complete all of the required missions. WTI 1-07 REQUIREMENTS: The Contractor shall provide Surrogate UAV support and consulting services for course planning and execution of all required flights for the Weapons and Tactics Instruction course 1-07 in September and October of 2006. Flight support is estimated to be ten days with one eight hour flight per day. The contractor will allot ample time for setup, test, and tear down before, in between, and after all flight missions. The support will begin with a planning meeting on 28 September (via video teleconference) and t en days of flying will start on 9 October and end on 28 October. A typical flight day will require one mission, eight hours in length, during a 12 hour training evolution. Additional crews may be required to accommodate longer days in accordance with the planned exercise. The exercises will occur in the Yuma, AZ, operating area. However, other areas such as Twenty Nine Palms or other military ranges within California, Nevada, or Arizona may be used. SUAV mission requirements may dictate that the aircraft occasionally land at military facilities or different commercial facilities between missions; therefore, a current Department of Defense Civilian Landing Permit (DD Form 2401) is required to perform this work. AIRCRAFT PERFORMANCE REQUIREMENTS: The contractor shall provide an aircraft that meets the following minimum characteristics: (1) Capable of providing a service ceiling of a minimum 14,000 feet mean sea level. (2) Capable of operating in all instrument conditions, day and night (except in known icing conditions). (3) Mission profile must deliver eight hours of total airborne time with payload (7.5 at night) and at least 110 knots dash speed. (4) The SUAV must fly with a Predator class camera, minimum 14 inch skyball or bigger. GROUND CONTROL STATION REQUIREMENTS: The contractor shall provide an actual, fully functional (per original manufacturer milspec) Predator Ground Control Station. The fully functional Predator Ground Control Station will be able to perform all of the capabilities it is designed to do which includes but is not limited to the following: (1) Must be capable of fully controlling the Optical Sensor on board the aircraft at ranges up to 65 nautical miles. (2) GCS must display video and targeting and aircraft location data. (3) GCS must have a minimum VHF and UHF communication capability for communicating with the aircraft up to 65 nautical miles, and to local military commands. (4) The sensor on board the aircraft must transmit live video to the GCS in S and L bands. (5) The G CS must retransmit the live video to a location up to four miles away using microwave transmission. (6) Must have space available for a computer workstation. (7) Must be self contained and stand alone capable. (8) The GCS must record the live video feed and provide MAWTS-1 personnel with a DVD or CD-ROM immediately following completion of the video feed. This eliminates the requirement to wait for the aircraft to return to base before getting a recorded video of the mission. Hi-8mm is not acceptable. OPTICAL SENSOR REQUIREMENT: The contractor shall provide an aircraft equipped with a fully articulated and stabilized camera system to include day color video, with a minimum 955mm Long-Range spotter lens, infrared, and carried simultaneously and selectable from the ground. The purpose of the sensor is to emulate current and future UAVs including the latest USAF Predator UAV, Army GNAT 750, Marine Corps Pioneer, and the Navy Fire Scout. Usage of a manned vehicle simulating an unmanned vehicle provides the ability to fly over populated cities for training evolutions. The sensor must be compatible with Rover III and must be controlled from an actual Predator Ground Control Station (GCS). DATA LINK SYSTEM REQUIREMENTS: The aircraft shall be equipped with a data link that is capable of sensor product delivery (full streaming video with overlay) to a full ground video receiver site and to a Rover III remote video terminal (also known as the L-3COM Multi-band Man pack Receiver). The minimum data link range from the GCS to the aircraft is 65 NM. The link must be capable of operating in a frequency range allocated to the military. UHF/VHF VOICE COMMUNICATION RELAY REQUIREMENTS: Aircraft and GCS shall be equipped with communication equipment for command and control. The communication equipment must be capable of receiving and transmitting in civilian and military frequency bands simultaneously. AIRCRAFT REQUIREMENTS: Aircraft shall have the capability for integration with a variety of different payloads to faci litate future evaluation, testing and training of UAV sensors. Minimum payload capacity 1350 lbs. Minimum 4 wing hard points, capacity 250 lbs each. PERSONNEL REQUIREMENTS: The following listed tasks are required to be performed. The Contractor may provide personnel for each position, or combine some of the positions descriptions under the cognizance of one person. (1) SUAV Pilot for operation of the aircraft in all instrument conditions, day and night. The pilot shall have a Commercial Pilot?s license with Instrument rating and a minimum of 1000 hours of flight time. (2) SUAV Mission Commander (MC). Simulates the UAV mission commander in the Predator UAV Ground Control Station (GCS). The MC is responsible for the overall conduct of the mission to which assigned. The MC must be thoroughly knowledgeable in matters regarding airspace coordination, system operation, and concept of employment. The MC shall have at least ten years of military experience. A minimum of a SECRET security clearance is required for access to classified materials and workspaces. In addition, the MC is responsible for the following: (i) Coordinate all flight operations for a scheduled mission/flight. (ii) Coordinate mission planning with assigned crew. (iii) Identify the mission's primary and secondary objectives. (iv) Briefing of mission profile for the assigned mission. (v) Ensure comprehensive communications and coordination with controlling agencies and supported units is accomplished. (vi) Preflight of all system components. (vii) Air vehicle acceptance prior to flight. (viii) Inform the Flight Duty Officer of aircrew changes, launch and landing times, delays or changes to the flight schedule and planned mission. (ix) Review the mission?s Risk Assessment Worksheet (RAWS) for the scheduled mission. Ensure that all areas of the RAWS are valid. (3) SUAV Project manager shall serve as a Safety Observer, Principal Analyst and training consultant. The project manager will attend one three-day planning conference in Yuma and make a ll logistical arrangements for individual exercises. The project manager shall attend and participate in test and exercise planning meetings or working groups. These tasks shall encompass activities such as providing test plans, data collection, and test conduct support. The SUAV Project manager shall have at least 10 years of military experience and a minimum of a SECRET security clearance is required for access to classified materials and workspaces. (4) The Ground Data Link Technician must be experienced in live sensor products and data link management, to include: connectivity design, site survey, system installation, troubleshooting, and payload control. The Ground Data Link Technician must perform 1st level troubleshooting on the camera, GCS, data link system and microwave systems. A minimum of a SECRET security clearance is required for access to classified materials and workspaces. ADDITIONAL REQUIREMENTS: An After Action Report to the C3 department is required as well as a copy of all mission video down-linked from the SUAV. All requirements specifically mentioned within this document must be met by the contractor to be considered as a potential source. The Government reserves the right to request additional information as needed from any and all respondents. Interested parties shall mail responses to I&L Contracts Code 3KG, (ATTN: Sharon Hutchins), Box 99133, Yuma, AZ 85369-9133. FEDEX or hand carried responses shall be submitted to I&L Contracts, Bldg 328W, 2nd Floor, MCAS Yuma AZ. E-mail responses shall be submitted to sharon.hutchins@usmc.mil. The point of contact for any questions is Sharon Hutchins at 928-269-6098. Responses are due no later than 3:00 PM PST on 14 AUG 2006
- Record
- SN01109488-W 20060810/060808222052 (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 |