Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOURCES SOUGHT

15 -- Request for Information (RFI) for Group 2/3 Future Tactical Unmanned Aircraft System

Notice Date
5/4/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-R-FTUAS
 
Archive Date
6/11/2018
 
Point of Contact
Jeremy Deorsey, Phone: 5082336192
 
E-Mail Address
jeremy.a.deorsey.civ@mail.mil
(jeremy.a.deorsey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Group 2/3 Future Tactical Unmanned Aircraft System General Information Document Type: Request for Information Solicitation Number: W911QY-18-R-FTUAS NAICS Code: 336411 1 Introduction The US Army Contracting Command, Aberdeen Proving Ground, Natick Contracting Division (ACC-APG-NCD) on behalf of the US Army Unmanned Aircraft Systems (UAS) Project Office, invite firms to submit information under this RFI for the Future Tactical Unmanned Aircraft System (FTUAS) in conducting market research to identify sources interested in responding to a potential Request For Proposal (RFP) for a Group 2 or 3 FTUAS. The objective of this RFI is to collect and analyze information about non-developmental, production ready Group 2 or 3 TUAS. Responses should reflect the current capability to meet, partially meet, or do not meet the requirements listed. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. 1.1 Mission Provide endurance (time to target, time on station, time to return to base) data based on the number of aircraft required to sustain operations for 96-hours at an Operational Tempo (OPTEMPO) of 24-hours a day and fuel needs. Provide an endurance mission profile: • A minimum of 100 km range from launch and recovery site to loiter point. State maximum operating range. • Standard day conditions and no winds • Altitude of the launch and recovery site of 0 ft. Mean Sea Level (MSL) • Climb and descend on route • Cruise airspeed and altitude (e.g. 70 Kias at 11,000 ft. MSL) • Dash airspeed • Loiter time and operational altitude • State altitude inaudible from the ground (@ 65dB and 35 dB) • X-minute fuel reserve. (e.g. 30 minutes) 1.2 Sustainment To support a 96-hour OPTEMPO at a 24 hour per day without resupply, provide list of equipment/supplies needed to include transport and operations. (E.g. air vehicles, ground control stations, ground data terminals, spare parts, tools, support equipment, petroleum, oil, and lubricant). Include a summary of the system maintenance and support requirements. 2 Requirements All requirements must be addressed by paragraph number just as listed below, with a bottom line up front explanation of ability to meet the requirement (or exceed/shortfall), discussion of evidence (i.e. analysis, ground test, flight test, operational usage), and any specific details about method of execution (i.e. explain how motion imagery distribution is executed). 2.1 Air Drop Capable: 2.1.1 The Group 2/3 UAS shall be air drop capable from a maximum of one 16' air droppable platform or able to be secondary loaded on a single HMMWV with all required equipment to include: aircraft, ground control stations, ground data terminals, and CL III (P) for up to 96 hours. 2.2 Rapid Deployability: 2.2.1 The Group 2/3 UAS must be operational and launched (airborne) within 60 minutes upon arrival, to include de-rigging and off load time. 2.3 Runway Independent, Point Takeoff and Landing: 2.3.1 The Group 2/3 aircraft shall conduct launch and recovery operations from a point (to include vehicles, hilltops, and unimproved terrain). 2.4 Sustained Reconnaissance, Intelligence, Surveillance and Target Acquisition (RSTA): 2.4.1 The Group 2/3 UAS capability shall sustain continuous RSTA support operations for the first 96-hours at an OPTEMPO of 24-hours a day following the initial airborne operation without the need for resupply. 2.5 Distribution of Sensor Data: 2.5.1 The Group 2/3 UAS shall be capable of distributing motion imagery (Threshold) via encryption (Objective). 2.5.2 The Group 2/3 UAS shall have a daytime/nighttime search and target capability to detect, recognize, classify, and identify (DRCI) a man-sized target to increase situational awareness. 2.5.3 The Group 2/3 UAS EO/IR payload shall have sufficient resolution to detect, recognize, classify and identify a man-sized target from acoustically survivable operational altitudes and standoff ranges from the imaged target. 2.5.4 The Group 2/3 UAS shall provide a minimum 10-digit grid location information to support the target acquisition process. 2.6 Worldwide Employment: 2.6.1 The Group 2/3 UAS shall conduct sustained operations up to 15,000 ft. MSL. 2.7 Controller: 2.7.1 The Group 2/3 UAS shall have a method for controlling the aircraft to support mission planning, execution, preflight, launch, recovery, post mission and maintenance operations. 2.7.2 The Group 2/3 UAS shall have the capability to hand-off control of the aircraft to another ground control method. 2.8 Payloads: 2.8.1 The Group 2/3 UAS shall provide a laser illuminator/pointing device viewable under Night Vision Goggles (NVG). 2.8.2 The Group 2/3 UAS shall support interchangeable/multiple payloads such as Laser Designation and retransmission of VHF/UHF (RETRANS), at a minimum. 2.8.3 The Group 2/3 UAS shall provide a Class 4 encoded laser designator capability to target precision ground or precision aerial fires (Objective). 2.9 Data Transmission: 2.9.1 The Group 2/3 UAS shall be capable of distributing compatible motion imagery and metadata to the One System Remote Video Terminal (OSRVT). OSRVT supports C, L, S and Ku bands. 2.9.2 The Group 2/3 UAS shall be able to transmit METADATA to AH-64D/E and existing mission command and targeting systems. 2.9.3 The Group 2/3 UAS shall be able to provide at a minimum a Level of Interoperability (LOI) 2 (Direct receipt/transmission of UAS payload data), capability to the AH-64D/E (Objective). 2.10 Command and Control 2.10.1 The Group 2/3 UAS shall be Link 16 (military tactical data exchange network-datalink) capable (ground and/or airborne). 2.11 Aircraft Signature: 2.11.1 The Group 2/3 UAS shall have a low noise (acoustical) signature. 2.12 Aircraft Operations: 2.12.1 The Group 2/3 UAS shall operate while being subjected to rainfall. 2.12.2 The Group 2/3 UAS shall be heavy fuel capable. 2.12.3 The Group 2/3 UAS shall have a 100 km range from the launch site. 3 Additional Required Information In response to this RFI, the Government requests respondents provide sufficient documentation to substantiate vendor claims of system maturity, capability, performance, safety, production lead times / capacity, and reliability. Identify country of origin for all system sub-components, components and end items. Provide substantiating information if the system was developed under a Small Business Innovation Research (SBIR) or Small Business Technology Transfer (STTR). Information submitted in response to this RFI should be sufficient to substantiate the entire system is Technology Readiness Level (TRL) 8 or greater as defined by the DoD Technology Readiness Assessment (TRA) Guidance, April 2011. Please indicate whether the system meets the criteria of a commercial item as defined in FAR Part 2 and provide any sales information you feel is relevant. 4. Submission Instructions / Point of Contact (POC) Responses to this RFI must be submitted in a PDF format and can be submitted electronically via AMRDEC Safe Access File Exchange link (https://safe.amrdec.army.mil/SAFE/) or emailed to Jeremy Deorsey, Contract Specialist at ACC-APG-NCD (Jeremy.A.Deorsey.civ@mail.mil) no later than 3:00 PM EST on 03 June 2018. Security/Classification Requirements: Interested parties must not submit classified information in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a49f12244178a38cbaea07fb4044aa33)
 
Record
SN04912004-W 20180506/180504230820-a49f12244178a38cbaea07fb4044aa33 (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.