Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SPECIAL NOTICE

15 -- Request for Information (RFI) for a Long Range Reconnaissance (LRR) Group 1/2 Unmanned Aircraft Systems (UAS)

Notice Date
1/7/2022 10:11:52 AM
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DEPT OF THE ARMY
 
ZIP Code
00000
 
Solicitation Number
RFI-LRR-UAS-01-07-2022
 
Response Due
1/21/2022 3:00:00 PM
 
Point of Contact
Dr. Michael P. Jennings, PhD., Phone: (248) 802-9148, Fax: N/A
 
E-Mail Address
michael.p.jennings.civ@army.mil
(michael.p.jennings.civ@army.mil)
 
Description
1.� Introduction This RFI is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is solely published to obtain information for use by PEO AVN and PdO SUAS, Redstone Arsenal. 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 offeror's ability to submit an offer if the Government releases a solicitation. The Government will disregard any requests for a solicitation package. The Government� does not intend to award a contract based on 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 The PEO AVN/PdO SUAS seeks industry information to identify potential solutions for a Long Range Reconnaissance (LRR) Small Unmanned Aircraft System (sUAS) for use by the United States Army to execute Reconnaissance, Surveillance and Target Acquisition (RSTA) missions during day and night operations in all environmental conditions. The system should be rugged, durable, lightweight and ready to use as delivered with minimal logistic, training and support requirements. The system should provide real-time Full Motion Video (FMV) via Electro-Optical and/or Infrared (EO/IR) sensors. The system should be able to mark targets of interest with a laser device. The air vehicle should be capable of autonomous or single person manual launch with a minimal support equipment from a small confined area, and should be capable of either a manual or an autonomous recovery to the same launch area. The designed recovery method should minimize and prevent system damage and ensure 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 the aircraft and payload movement and view its video. a)� Requested Information. The Government requests a general description of the potential solution�s configuration to include the GCS, data link, air vehicle(s), and support equipment. Identify the following technical attributes of the potential solution. Notate if a specific attribute is estimated or unknown: 1)� �Total System Weight (Air Vehicle with payload and GCS) 2)� �Air Vehicle weight without payload 3)� �Size and weight of total system packed for shipping and tactical transport 4)� �Size of Air Vehicle (fuselage length and wing span width) 5)� �Size and weight of the GCS 6)� �Payload Sensor types and level of integration 7)� � System level upper and lower temperature operational limits 8)� � System level precipitation exposure or operational flight limits 9)� � Maximum wind limitations (launch and recovery cross wind component limitations) 10)� Maximum operational altitude limits (Above Ground Level and Pressure Altitude) 11)� �Describe any other MIL-STD-810 standards of compliance 12)� �Maximum air vehicle range (maximum range assuming no line of sight obstructions) � � � � �(Describe limiting factor or system characteristics) 13)� � Maximum Endurance (maximum time the air vehicle can remain airborne under standard day at sea level conditions) 14)� � Maximum Air Vehicle airspeed and minimum stall airspeed 15)� � What is your experience with SUAS products development? b)� Provide detailed information in response to the questions listed below: 1)� �What is the minimum number of personal required for system operations? 2)� �What is the programmed training time for operator certification? 3)� � What are the different types of flight modes and mission control methods used by the system? Describe GCS capabilities (manual, autonomous, waypoints, loiter, hover and stare, etc.) 4)� � What safety features (i.e., lost link, lost Global Positioning System (GPS), etc.) are integral to the system? 5)� � What is the operating system software? 6)� � How and where are the data (video, pictures, and flight logs) stored (i.e., GCS, Payload, Air Vehicle)? 7)� � What mapping software does the system use (Google maps, Falcon View, open source, etc.); and, does the system have Digital Terrain Elevation Data (DTED)? Does the system use Department of Defense (DoD) mapping and imagery? 8)� � How does the GSC communicate with the air vehicle? How is the communication protected? 9)� � Is the system capable of simultaneous multiple air vehicle operations from a single GCS? 10)� How does the system navigate? 11)� What payloads are currently available, in development, and planned? 12)� What other unique capabilities are available with the system that may enhance mission performance? 13)� Is the air vehicle water recoverable? Is recovery equipment required? If so, please provide description. 14)� Does the system have a precision recovery capability? What is the recovery destination target of accuracy? 15)� What is the assembly sequence from a transported configuration to launch configuration? � � � �(A field packed system: all the required equipment to accomplish a mission and configured for field conditions transport) 16)� What is the production lead-time, including any production/delivery constraints? 17)� Is logistical support available with spare parts and repairs of damaged parts? 18)� Please provide operator�s manual and maintenance manual if available. 19)� What is the estimated unit cost per full system? Provide unit costs given the following quantities: 1-500, 501-1,000, and 1,001-2,000. System Storage requirements: 20)� How is a system stored when not in an operational mode? 21)� Set up time (time required to go from packed to system airborne)? 22)� What is the system storage requirement in cubic feet? 23)� �What is the system fuel/power source, describe: � � � � �(a)� If battery powered, how are batteries recharged and how much time is required to return to full charge following a maximum endurance flight? � � � � �(b)� Do the batteries have a certification (i.e., Underwriters Laboratories (UL), etc.)? What battery charging equipment is required? � � � � �(c) Type/Class. � � � � �(d)� Environmental Considerations / Hazardous Materials (HAZMAT). � � � � �(e) Risks associated with normal operations and mitigation. � � � � �(f) Handling/Storage/Transportation Requirements. � � � � (g) What are the battery cycle characteristics and battery composition (expected battery lifecycles)? The PEO AVN/PdO SUAS is specifically interested in systems with the following characteristics: 1)� � Short Field Takeoff and Landing or Vertical Takeoff and Landing (VTOL) 2)� � Artificial intelligence enabler characteristics to support mission execution and mitigate data link, GPS navigation interruptions, fuel cell/flight management, high density fuel cell, and/or battery power 3)� � Lightweight, easily portable (small size vehicle), total system weight (include air vehicle and GCS) 4)� �Modular Multiple mission payload capability 5)� � Modular Open Systems Approach (MOSA) interoperability characteristics 6)� � Minimum Range greater than 30 kilometers 7)� � Minimum endurance greater than 5 hours 8)� � Time to Set-up and Launch: 10 min (Battery)/20 min (Fuel Cell) 9)� � Adequate maturity for immediate production, delivery, fielding and deployment 10)� All weather/all environment capability (ability operate in rain, wind, dust, hot and cold temperatures) (hot +45�C, cold -20�C, wind 25 kts, and light icing 0.2 in) 11)� Quality Day/Night Imagery/Sensor detection/identification performance (Video National Image Interpretability Rating preferred) Please provide your Commercial and Government Entity (CAGE) code and business size under North American Industry Classification System (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? 3.� 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 14 days after the above release date. Please limit responses to no more than 20 pages, 12-point font, not including preprinted information material. Respondents shall not submit classified information. No telephone requests will be accepted. Please submit responses via electronic media to: 4.� Questions If you have any specific questions (relating to the above referenced information only) please submit them in written format to the Contracting Officer listed below:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9773ecd0a5b544adbf611ba240b9c6c3/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06211770-F 20220109/220110105804 (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.