SPECIAL NOTICE
15 -- Request for Information (RFI) For Vertical Take-off and Landing (VTOL) Small Unmanned Aircraft Systems (SUAS) and Nano VTOL Unmmaned Aircraft Systems (NVUAS)
- Notice Date
- 8/18/2014
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-14-P1-PMA-263-0162
- Archive Date
- 12/31/2014
- Point of Contact
- Denise R Lamb, Phone: 301-757-5902
- E-Mail Address
-
denise.lamb@navy.mil
(denise.lamb@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI)For Vertical Take-off and Landing (VTOL) Small Unmanned Aircraft Systems (SUAS) and Nano VTOL Unmmaned Aircraft Systems (NVUAS) 1. Introduction This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is published only to obtain information for use by Program Executive Officer, Strike Weapons and Unmanned Aviation (PEO (U/W)), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263), Patuxent River, Maryland. This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by submitter. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. 2. Objective PEO (U/W), PMA-263 is seeking industry input to identify potential solutions for two different types of Small Unmanned Aircraft Systems (SUAS): a Vertical Take-Off and Landing (VTOL) SUAS and a Nano VTOL Unmanned Aircraft System (NVUAS) capable of providing Intelligence, Surveillance and Reconnaissance (ISR) during day and night operations and in all environmental conditions. The systems should be lightweight and ready to use as delivered with minimal logistic, training and support requirements. The system should provide real-time full motion video via electro-optical and/or infrared sensors. The air vehicles should be capable of autonomous or manual vertical launch with a minimum of support equipment from a small confined area, and should be capable of either a manual or autonomous recovery within the same area as launch. The recovery method should be adequate to prevent system damage and allow for short turn-around times between same day missions. The ground control station should be man-portable and consist of the necessary equipment to monitor the sensor(s) position and status, control its movement and view video. The system should be reusable and rugged enough to survive in unimproved areas such as those containing rocks, uneven terrain, urban areas, forested areas, or a maritime environment. VTOL Nano System Weight <20lb <5lb Range >5km >.5km Time of Flight >45min >15min Desired solutions will have adequate maturity to be fielded immediately. Please identify technical attributes such as air vehicle performance, ground station performance, system architecture, communication link design, operating software, and any associated payload capability. Respondents proposed solutions may be for either the VTOL SUAS or the NVUAS, or both. 3. Requested Information The respondent is requested to provide detailed information in response to the questions listed below. 1. What is the proposed system configuration (air vehicles, ground control stations, payloads etc...)? 2. How many people are required to operate the system? 3. What type of weather can the system be flown in, including dust, temperatures, and wind limits? 4. What are the different types of flight modes and mission control characteristics used by the system? (fly waypoints, loiter, hover and stare, etc.) 5. What are the safety features built into the system? 6. How are the components of the system (air vehicle, ground control station, and other components) powered, i.e. heavy fuels or electric? If electric, how are batteries charged, and what are other sources of electrical power needed? 7. How is a system stored when not in an operational mode? 8. How many cubic feet of space is required to store the system when not being operated? 9. What is the software operating system? 10. Describe the factor of the ground control station and how and where the data is stored. 11. What mapping software does the system use (google maps, Falcon View, open sourced, etc.) and does it have Digital Terrain Elevation Data (DTED)? Does the system use standard DoD mapping and imagery? 12. Is the system capable of simultaneous air-vehicle operations off of a single Ground Control Station? 13. How does the ground control station communicate with the air vehicle? Describe the data link used including waveform, operational frequency band, analog or digital, and encryption capabilities. 14. How does the system navigate? 15. Does the system use Selective Availability Anti-Spoofing Module (SAASM) GPS? 16. Is the system capable of navigation without GPS? 17. Is the system capable of non-GPS operation indoors and/or heavily forested areas? 18. What payloads are currently available, in development, and are planned? 19. What is the payload capacity of the system? 20. What is the weight of an air vehicle? 21. What are the maximum airspeed, operating altitude, range and endurance of the air vehicle? 22. What are the dimensions of the air vehicle? 23. What is the minimum distance that the system can remain acoustically undetectable? 24. Describe the assembly required to ready the air vehicle for operation from the for the air vehicle from its field packed state? Field packed system is defined as having all the required equipment to accomplish a mission and be in a state safe to br transported. 25. How long does it take to go from a field packed system to air vehicle launch? 26. If already developed, how long do you estimate it will take to be production-ready? 27. What is the production lead-time, including any production/delivery constraints based on single order quantities ranging from 1-50 systems? 28. If the system is already developed, please provide any available documentation that would allow for a full examination of the system capability. 29. If not fully developed, please provide an estimate of development/production costs for your proposed solution? 30. What is the Technology Readiness Level (TRL) of the system? Please refer to the DoD's Technology Readiness Assessment (TRA) Guidance handbook. 31. Are you able to provide logistical support with spare parts and repairs of damaged parts? 32. Are you able to provide Field Service Representative (FSR) support sufficient to sustain systems in deployed or remote areas within the United States or harsh/hostile environments overseas? 33. What is the anticipated training time for operator certification? 34. What is your experience with developing Small Unmanned Aircraft System products? 35. Please provide your cage code and business size under NAICS Code. If you are a small business per the parameters of NAICS Code, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUBZone, etc.)? Under what NAICS codes do you compete? 36. Are you on one or more GSA schedules? If so, which one(s)? 37. Are you a foreign-owned, foreign-controlled, or a foreign-influenced company? 38. Did you receive funding to develop your system from DRPA or any other governmental agencies? 4. Responses All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a white paper via electronic mail no later than 14 days after release date on FEDBIZOPS. Please limit responses to no more than 10 pages, 12 point font, not including preprinted information material Please submit responses via elctronic media to: LCDR David Schultz, Contract Specialist Email:david.a.schultz@navy.mil 5. Questions If you have any specific questions (relating to the above referenced information only) please submit them in written format to the Contract Specialist listed above. Responses to this RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-P1-PMA-263-0162/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN03469089-W 20140820/140818235527-d07cd3c80ee7c5107b976ae7d716320c (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 |