SOURCES SOUGHT
15 -- Future Tactical Unmanned Aircraft Systems
- Notice Date
- 3/14/2016
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-16-R-FUTURE-RFI
- Archive Date
- 4/15/2016
- Point of Contact
- Vaclav Slechta, Phone: 4074129528, Robert Verica,
- E-Mail Address
-
vaclav.slechta.civ@mail.mil, robert.j.verica.civ@mail.mil
(vaclav.slechta.civ@mail.mil, robert.j.verica.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army Tactical Unmanned Aircraft Systems SOURCES SOUGHT NOTICE (SSN) / MARKET RESEARCH Future Tactical Unmanned Aircraft System and next Generation Scalable UA Mission Command System GENERAL INFORMATION Document Type: Sources Sought/Request for Information / Market Research Solicitation Number: TBD Request Date: 14 MAR 2016 Response Date: NLT 3:00PM EST, 31 MAR 2016 Classification Codes: 15 - Aircraft and Airframe Structural Components NAICS: 336411 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. Response to this RFI is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if one is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. DESCRIPTION: The purpose of this RFI is to obtain information on industry's ability to provide a Group II/III/IV unmanned aircraft system (UAS) which can deliver unmatched performance and is organic to maneuver in aviation brigade formations. The second objective is to obtain information on a Next Generation Scalable UA Mission Command System to replace the current UAS Universal products. The program initiation for the Group II/III/IV Unmanned Aircraft would began after a successful Milestone B decision in Fiscal Year 2023. The effort should focus primarily on aircraft system, payload systems, and interoperability with the UAS Ground Control Stations and One System Remote Video Terminals (OSRVTs). Systems that are expeditionary, survivable, and runway independent are most desirable. Systems that support Manned-Unmanned teaming with Army Aviation platforms and incorporate ease of integration for current and future payloads are very desirable. The effort for the Next Generation UA Mission Command System would begin after a successful Milestone B decision in Fiscal Year 2020. This effort should focus on a scalable, role based software product line easily adapted to multiple hardware configurations that cover various functional roles such as a UAS manager, UAS controller, UAS user with restricted capabilities and a remote video receiver. Describe how your software architecture design approach meets the Future Airborne Capabilities Environment (FACETM) technical architecture and discuss your path to FACE Conformance or related activities you have on-going to support this path. Describe your familiarity with the latest release of the Army Interoperability Profiles and how your system and technical approach are aligned to these profiles. Additionally, responses may include data that vendors do not want disclosed to the public for any purpose, or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response." SECURITY REQUIREMENTS: Communications Security (COMSEC) account will be required and future contractors will need to demonstrate their ability to maintain Defense Information Security Program Standards. Security requirements will be Top Secret for the facility and will vary for selected personnel (including Secret, Sensitive Compartmented Information, and Communications Security). Potential solutions sought should be full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability capable. RESPONSES: Interested parties are requested to respond to this RFI with a white paper, not to exceed 12 pages, describing responder's capabilities to design, analyze and fabricate an unmanned aircraft system, or components thereof. Responders should include descriptions of their specialized expertise, resources, and technologies. Responders should also describe potential material/services solutions which meet criteria referenced in this document, including specification of attributes and performance estimates, if available. Responses are due no later than 31 MAR 2016 1500 EST. Responses to this RFI should be sent via email to Mr. Robert Verica at Robert.j.verica.civ@mail.mil and Mr. Vaclav Slechta at vaclav.slechta.civ@mail.mil Responders will also have the opportunity to make a 30 minute presentation May 2 - May 5 2016 to TRADOC Capabilities Manager Unmanned Aircraft System (TCM UAS) during the AUVSI Conference in New Orleans, LA. Points of Contact (POC): Any technical questions or requests should be addressed to: Mr. Todd Smith Todd.l.Smith.civ@mail.mil Mr. James Springer James.L.Springer6.civ@mail.mil Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25d99633a4491e4d21d84aad8c6285db)
- Place of Performance
- Address: Redstone Arsenal, Huntsville, AL, Alabama, United States
- Record
- SN04049074-W 20160316/160314234444-25d99633a4491e4d21d84aad8c6285db (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 |