Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

15 -- Request for Information (RFI) for Long Range/Long Endurance (LR/LE) Unmanned Aircraft Systems (UAS)

Notice Date
2/27/2020 9:26:38 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
PMA_263_LR_LE_UAS
 
Response Due
4/6/2020 2:00:00 PM
 
Archive Date
04/06/2020
 
Point of Contact
Samantha Lysaght, Phone: (301) 342-6356
 
E-Mail Address
samantha.lysaght@navy.mil
(samantha.lysaght@navy.mil)
 
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 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 responder. The Government will not reimburse responders 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 Offerors ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders 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 a LR/LE UAS for use by the United States Marine Corps, capable of providing Reconnaissance, Surveillance and Target Acquisition during day and night operations in all environmental conditions. The system should be rugged 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 (AV) 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 an 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 (GCS) 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: Short Field Takeoff & Landing and/or Vertical Takeoff and Landing Battery Powered and/or Fuel Cell Lightweight, easily portable, takeoff weight <55 lbs. Two-man set-up Modular multiple mission payload capability Minimum range of 20 kilometers Minimum endurance 4-hours Time to set-up & launch: 10 min (Battery)/20 min (Fuel Cell) Gimbaled w/ high resolution day/night imagery All weather/all environment capability (ability to operate continuously in rain, wind, dust, hot and cold temperatures) Adequate maturity to be fielded immediately NDAA 2020 Section 848 compliant S.2502 - American Security Drone Act of 2019 compliant 3. Requested Information. The responder is requested to provide detailed information in response to the following: Identify the following technical attributes of the potential solution. If a specific attribute is estimated or unknown, so state: System Characteristics Total system weight (air vehicle with payload and GCS) Size and weight of total system packed for transport AV weight without payload AV dimensions (assembled) GCS dimensions and weight (assembled) Power source(s) Set up time (time required to go from packed to system airborne) Payload Total available payload weight Sensor type Sensor detection/identification performance (National Image Interpretability Rating preferred) Environmentals Temperature limits Precipitation limits Wind limits Water immersion limits Performance 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 AV can remain airborne under standard day at sea level conditions) Maximum speed of the air vehicle Optimal cruise speed Noise signature Provide detailed information in response to the questions listed below. Please answer them in the order in which they are asked: What is the software operating system? How does the system navigate? Is the system capable of navigation without Global Positioning Unit (GPS)? Does the system use Selective Availability Anti-Spoofing Module GPS? What are the different types of flight modes and mission control characteristics used by the system? (Manual, autonomous, waypoints, loiters, hover and stare, etc.) Does the system have a precision recovery capability? Is there any recovery equipment required? If so, please provide a description. What safety features (i.e. lost link, lost GPS) are built into the system? Is the air vehicle water recoverable? 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 GCS communicate with the AV? Describe the data link used including waveform, operational frequency band, analog or digital, and encryption capabilities. Is the system capable of simultaneous AV operations from a single GCS? Is your product NDAA 2020 Section 848 and S.2502 - American Security Drone Act of 2019 compliant? If no, what steps are being taken to ensure compliance? How and where is the data (video, pictures, and flight logs) stored? Are you willing to release full Interface Control Document for avionics, payload and battery interfaces? What payloads are currently available, in development, and planned? What other unique capabilities are available with the system that may enhance mission performance? 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? If LR/LE will use fuel cells, describe: Type/Class. Certifications. Environmental considerations. Risks associated with normal operations and mitigation. Handling/Storage/Transportation requirements. What is your experience with developing Small Unmanned Aircraft System products? How many units have been sold/fielded to date? If able, please identify user of the identified solution. What is the production lead-time, including any production/delivery constraints based on single order quantities ranging from 1-100 systems? What is the maximum production output (systems/month) at this time? Are you able to provide logistical support with spare parts and repairs of damaged parts? Are you able to provide Field Service Representative support sufficient to sustain systems in deployed or remote areas within the United States or harsh/hostile environments overseas? 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. What is the estimated unit cost per full system? Is this product available commercially? 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? Please provide operators manual and maintenance manual if available. 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�45 days after release date on beta SAM. Please limit responses to no more than 20 pages, 12-point font, not including preprinted information material. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/abe2acdabaa044b091e18b8871271099/view)
 
Record
SN05574983-F 20200229/200227230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.