Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2010 FBO #3260
SOURCES SOUGHT

15 -- Vertical Take Off and Landing Unmanned Aerial System

Notice Date
10/26/2010
 
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 Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
XRSD-02
 
Archive Date
11/20/2010
 
Point of Contact
Harvey Tobin, Phone: 781-377-5425, David LeBlanc, Phone: 7813777084
 
E-Mail Address
harvey.tobin@hanscom.af.mil, david.leblanc@hanscom.af.mil
(harvey.tobin@hanscom.af.mil, david.leblanc@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UNMANNED AERIAL SYSTEM REQUEST FOR INFORMATION This is a REQUEST FOR INFORMATION (RFI) only. It is not a solicitation nor does it guarantee a solicitation will be issued. This is an RFI for the purpose of conducting market research for an Unmanned Aerial System (UAS) able to support the detection of Improvised Explosive Devices (IEDs). Submission of any information in response to this RFI is COMPLETELY VOLUNTARY, and SHALL NOT CONSTITUTE A FEE to the government. Description of Need: To increase the mobility of future military units, more technologically efficient multi-capable tools must be developed. Current Situation: US Forces are encountering large numbers of hostile forces in both urban and non urban settings. US forces currently use a variety of robotic platforms for reconnaissance and surveillance. These platforms are slow getting down range and the height at which mounted cameras can observe suspect items is limited. The use of an UAS would decrease time on target, eliminate exposing personnel to hazards and enhance reconnaissance capabilities. Therefore, the Electronics Systems Center (ESC), Hanscom AFB, MA seeks a UAS with the following technical capabilities: a. Portable Vertical Take-Off and Landing (VTOL) (less than 150lbs including fuel and battery and able to be carried by a Mine Resistant Ambush Protected (MRAP) Vehicle). b. Rugged and reliable, able to withstand daily usage operating in harsh environments (hot, cold, humid, dusty, sand, maritime, shock, etc.). c. Radio frequency remote controlled capable (2km range minimum) and interoperable with current fielded systems (i.e. passive early detection systems, Vehicle Optic Sensor System, electronic countermeasures, Counter Remote Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW), etc.) d. Low light and Infrared (IR) camera capable to view/observe suspect devices. The Electro Optical (EO) camera must have a Wide Field Of View (WFOV) Ground Sample Distance (GSD) of 0.2m (Threshold)/0.1m (Objective) and Narrow Field Of View (NFOV) GSD of 0.025m (Threshold)/ 0.01m (Objective) while maintaining a wide-area field of view of 500ft on either side of a road at horizontal image center (Threshold)/900ft on either side of a road at horizontal image center (Objective) from 1,000ft Above Ground Level (AGL) at 30 degree slant angle. The IR camera must have a WFOV GSD of 0.35m (Threshold)/0.1m (Objective) and NFOV GSD of 0.05m (Objective) while maintaining a wide-area field of view of 500ft on either side of a road at horizontal image center (Threshold)/900ft on either side of a road at horizontal image center (Objective) from 1,000ft AGL at 30 degree slant angle. e. One person operator control unit with video/controls clearly visible in direct sun without any washout or glare. f. Flight Endurance: 3 hours (Threshold)/8 hours (Objective). g. The platform should be able to be monitored and controlled through a mobile control station and no special military operational skill should be necessary to control the platform operations. h. Video feed real time to the operator on target, with real time link capability back to Tactical Operation Center (TOC). i. Capable of carrying a payload: 20 pounds (Threshold)/50 pounds (Objective). j. Semi autonomous flight, landing and takeoff utilizing Global Positioning System (GPS). k. The system will be capable of being operated at ranges of a minimum altitude of 200ft AGL and a maximum altitude of 12,000 feet Mean Sea Level (MSL). l. The system will be capable of maneuvering at speeds from hover to a forward speed of 50kts. Interested parties are encouraged to submit a capabilities package in response to this RFI. Capabilities packages should describe your capability to provide the UAS with the technical thresholds described above. Additionally, capabilities packages should describe if the UAS is a mature technology (e.g., has it been fielded/sold in the past, is it developmental, etc.), provide information on any similarly awarded contracts, and provide company information (address, point of contact, etc.). Responses to this RFI are due no later than 1500 Eastern Time on 5 Nov 2010. Responses are requested not to exceed ten (10) pages. Please submit responses to Harvey Tobin at harvey.tobin@hanscom.af.mil. Please direct any questions about this RFI to Harvey Tobin at (781) 377-5425.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/XRSD-02/listing.html)
 
Place of Performance
Address: 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN02316887-W 20101028/101026233905-da6abc1a55c1f1aa5eeb5e85295d5821 (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.