Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SPECIAL NOTICE

67 -- Aerial Physical Security using Small Unmanned Aerial Systems (SUAS)

Notice Date
12/8/2020 5:37:22 AM
 
Notice Type
Special Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NIWC ATLANTIC NORTH CHARLESTON SC 29419-9022 USA
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_03F41ECB
 
Archive Date
12/17/2020
 
Point of Contact
Aimee Kourafas
 
E-Mail Address
aimee.kourafas@navy.mil
(aimee.kourafas@navy.mil)
 
Awardee
null
 
Description
This is a Request for Information (RFI). The purpose of this RFI is to solicit technologies from non-government/private industry for inclusion in a capability demonstration event focused on Aerial Physical Security (APS) system-of-systems comprised of Small Unmanned Aerial Systems (i.e. group 1), Command and Control Display Equipment (CCDE), Communications System, and Ground Support Equipment that are all fully integrated as a turn-key solution. The result of this effort will be used to inform government decision makers of emerging and available technology solutions that enhance or improve operational capabilities. Interested parties are encouraged to submit their response for their technologies that have reached Technology Readiness Level (TRL) 7 or higher (http://www/acqnotes.com/acgnote/tasks/technology-readiness-level). The government will review the responses and may invite respondents to provide a follow up brief and/or invite respondents to provide a realistic operational demonstration of their technology capability by participating in a demonstration event at an outdoor environment test range. The demonstration is planned for late summer of 2021 in Charleston, SC, USA, and will take place at the unclassified level. DUE: 5:00 PM Eastern on December 17, 2020 In support of USN and USMC customer interests, the Naval Information Warfare Center (NIWC) Atlantic, Force Protection Solutions Division is seeking information from potential vendors/manufacturers for non-government/private industry solutions for an Aerial Physical Security (APS) system-of-systems comprised of small unmanned aerial system (i.e. group 1), Command and Control Display Equipment (CCDE), communications system, ground support equipment and external weather system that are all fully integrated as a turn-key solution. APS Capabilities: NIWC Atlantic has prepared a questionnaire that identifies a range of APS capabilities that potentially qualify systems for Government use. Item Priority Criteria Description: All information received will be treated as public knowledge and may be used in future DOD acquisition or assessment of APS solutions; therefore, manufacturers should not submit proprietary information in response to this RFI. Specific information sought shall be submitted using the attached APS Capabilities Questionnaire, which includes the following: 1. Company information, including name and address 2. Whether the company is a manufacturer or distributor; 3. A point of contact for follow-up information, and the point of contact�s phone number and e mail address; and 4. Product name(s) 5. Following the instructions on the questionnaire, provide complete response to each capability item within the questionnaire. DO NOT SUBMIT CLASSIFIED INFORMATION in the response to the RFI. For the purpose of the RFI, please keep all responses unclassified. The demonstration event is planned to be held at the unclassified level. Capabilities may be For Official Use Only (FOUO) and may be subject to International Traffic in Arms Regulations (ITAR) restrictions. It is incumbent on the respondents to ensure that these restrictions are outlined in their RFI response. The submitted information will be reviewed by the government. After a review of the submitted information, the government may invite respondent(s) to brief their TRL 7 or higher capability and/or may invite respondent(s) to participate in a demonstration event within a realistic demonstration environment where the invited respondent(s) will demonstrate their technology. The primary objectives of the demonstration are to provide respondents the opportunity to interact and collaborate with government organizations and operational personnel and provide the government a means to assess technology capabilities, TRL and gaps and gain insight and information on the demonstrated technologies. The government will provide: 1. The demonstration venue, which will be outdoors at a DoD installation. 2. Supporting infrastructure (i.e. high voltage power, enclosed tent with indoor climate control, basic tables and chairs, and dedicated fiber optic cable strands to connect to Field Distribution Boxes. 3. Government personnel to plan, coordinate, and assist with logistics of the technology demonstration. 4. Government personnel to provide minimal logistics assistance to respondent�s installation efforts. The government personnel will not assist with material shipping, handling, receiving or any engineering changes to the demonstrated technology. 5. Government personnel for government assessment (operational and technical). The respondent(s) who are invited and elect to participate in the demonstration shall provide: 1. Their fully integrated, turn-key technology solution. 2. Personnel to pack, ship, receive, deliver, unpack, setup, configure, install, operate and demonstrate their turn-key solution at the demonstration venue. 3. Personnel to recover any of their small unmanned aerial system that land in unintended locations such as wooded area. 4. Personnel to uninstall, pack, and return ship their technology. 5. The respondent�s labor and Other Direct Costs specific to participating will be at the respondent�s expense. 6. Invited respondents must be prepared to be self-sufficient during the execution of their demonstration and not dependent on venue resources. There are four exceptions: government provided high-voltage power, enclosed tent with indoor climate control, basic tables and chairs, and dedicated fiber optic cable strands to connect to Field Distribution Boxes. Consequently, follow-up requests for feedback should not be made through this posting. Respondents may be contacted following submission for more detailed product information. Respondent provided information may be reformatted for publication in Government Program documents. Submissions: A Microsoft Word document with this same announcement and a Microsoft Excel APS Questionnaire are located on NIWC Atlantic�s e-commerce website: https://e-commerce.sscno.nmci.navy.mil. NOTE: Respondents may need to adjust the zoom level to read all verbiage within each cell of the Microsoft Excel APS Questionnaire. The technical point of contact is Rodney Rourk (Rodney.rourk@navy.mil). Please submit all documentation to Mr. Rourk. Respondent information constitutes consent to publication of that information in Government�s Program(s) documentation. A NOTE REGARDING THIS RFI: This RFI is for information gathering and planning purposes only and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government DOES NOT intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. In accordance with FAR Clause 52.215-3, your response will be treated as information only and the purpose is to solicit candidates from private industry for inclusion in a future NIWC Atlantic technology demonstration event. E-mail your non-technical, contract-related questions to the Contracting Officer Christopher Brown at christopher.m.brown5@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18783ce046754ca59c9bf59f2f5b1270/view)
 
Record
SN05868763-F 20201210/201208230139 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.