Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOURCES SOUGHT

15 -- Request for Information (RFI) for Fixed-wing Group 1 Unmanned Aircraft Systems (UAS)

Notice Date
9/12/2017
 
Notice Type
Sources Sought
 
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
N00019-17-NORFP-PMA-263-0327
 
Point of Contact
Gordon R. Muldoon, Phone: 3017573037, Denise R Lamb, Phone: 301-757-5902
 
E-Mail Address
gordon.muldoon@navy.mil, denise.lamb@navy.mil
(gordon.muldoon@navy.mil, denise.lamb@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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 IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. 2. Objective PEO (U/W), PMA-263 is seeking industry input to identify potential solutions for a Fixed-wing Group 1 UAS for use by the United States Marine Corps, capable of providing Reconnaissance, Surveillance and Target Acquisition (RSTA) during day and night operations in all environmental conditions. The system should be rugged, 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 a safe manual 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 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 its video. PEO (U/W), PMA-263 is specifically interested in systems with the following characteristics: • Lightweight, easily portable (small size vehicle), total system weight (including air vehicle and Ground Control Station (GCS): 40 lbs or less • Battery or fuel cell powered • Modular multiple mission payload capability • Minimum range of 20 kilometers • Minimum endurance 4-hours • Time to Set-up & Launch: 10 min • Adequate Technology Readiness Level to be fielded immediately • Gimbaled Target Quality Day/Night Imagery • All weather / all environment capability (ability to operate in rain, wind, dust, hot and cold temperatures) 3. Requested Information. The responder is requested to provide detailed information in response to the following: Provide a general description of the configuration of the potential solution to include the GCS, data link and air vehicle(s). Identify the following technical attributes of the potential solution. If a specific attribute is estimated or unknown, so state: • Total System Weight (Air Vehicle with payload and GCS) • Air Vehicle Weight without payload • Size and weight of total system packed for transport • Size of Air Vehicle • Temperature limits • Precipitation limits • Wind limits • Altitude limits (Above Ground and Pressure Altitude) • Maximum Range (maximum range at which the system can operate assuming no line of sight obstructions) • Maximum Endurance (maximum time the air vehicle can remain airborne under standard sea level conditions) • Maximum speed of the Air Vehicle • Set up time (time required to go from packed to system airborne) • Launch methods • Recovery method • Time to disassemble and pack • Total available payload weight • Noise signature in decibels • Sensor type • Sensor detection/identification performance (National Image Interpretability Rating Preferred) • Technology Readiness/Maturity Level of the system Provide detailed information in response to the questions listed below: • Has your company worked with alternate power options? If so, please describe the technology (including technology readiness level), fielding, and logistics involved. • Has your company worked with Artificial Intelligence in relation to aircraft? If so, please detail the technology (including technology readiness level), fielding, and logistics involved. • Do you have additional innovations for this aircraft in development? If so, please detail the technology (including technology readiness level), fielding, and logistics involved. • What are the different types of flight modes and mission control characteristics used by the system? (Manual, autonomous, waypoints, loiters, hover and stare, etc.) • What safety features (i.e. lost link, lost GPS) are built into the system? • What is the software operating system? • How and where is the data (video, pictures, and flight logs) stored? • What mapping software does the system use (google maps, Falcon View, open source, etc.) and does it have Digital Terrain Elevation Data (DTED)? Does the system use standard Department of Defense (DoD) mapping and imagery? • 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. • Is the system capable of simultaneous air-vehicle operations from a single Ground Control Station? • How does the system navigate? • Does the system use Selective Availability Anti-Spoofing Module (SAASM) GPS? • Is the system capable of navigation without GPS? • What payloads are currently available, in development, and planned? • What other unique capabilities are available with the system that may enhance mission performance? • Is the air vehicle water recoverable? • Is there any recovery equipment required? If so, please provide a description. • Does the system have a precision recovery capability? • How many people are required to operate the system? • What is the anticipated training time for operator certification? • Describe the assembly required to ready the air vehicle for operation 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 for transportation. • How is the system transported for operational use? • How is the system powered? • If battery powered, how are batteries recharged and how much time is required to return to full charge following a maximum endurance flight? • Do the batteries have a certification, i.e. NOSSA, UL? • What equipment is required for battery charging? • If air vehicle will use fuel cells, describe: o Type/Class o Certifications o Environmental Considerations o Risks associated with normal operations and mitigation o Handling/Storage/Transportation Requirements • How is a system stored when not in an operational mode? • How many cubic feet of space is required to store the system when not being operated? • What is the size and weight of the ground control station? • What is the production lead-time, including any production/delivery constraints based on single order quantities ranging from 1-20 systems? • What is the maximum production output (systems/month) at this time? • How many units have been sold/fielded to date? If able, please identify user of the identified solution. • Are you able to provide logistical support with spare parts and repairs of damaged parts? • 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? • Please provide operators manual and maintenance manual if available. • What is your experience with developing Small Unmanned Aircraft System products? • What is the estimated unit cost per full system? 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, HUB Zone, etc.? Are you a foreign-owned, foreign-controlled, or a foreign-influenced company? Did you receive funding to develop your system from any 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 November 1, 2017. Please limit responses to no more than 15 pages, 12 point font, not including preprinted information material. Interested sources may provide multiple responses, one per potential solution, to this RFI. All responses must be unclassified. DO NOT SEND ANY CLASSIFIED INFORMATION. Interested respondents are hereby notified that Covered Government Support Contractors as defined in DFARS 252.227-7013 Rights in Technical Data - Noncommercial Items (Feb 2014). will have access to the respondent's RFI response submittals. The Covered Government Support Contractors are employees of Avian LLC and Bowhead Science & Technology under Government contract that includes DFARS 252.227-7025, Limitations on the Use of Disclosure of Government-Furnished Information Marked with Restrictive Legends (May 2013). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-263-0327/listing.html)
 
Record
SN04673497-W 20170914/170912232409-433b48347f6fbe5cb1f3d29af6aaa956 (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  © 1994-2020, Loren Data Corp.