SOURCES SOUGHT
R -- MQ-1C Gray Eagle Unmanned Aerial System (UAS) Synthetic Aperture Radar (SAR)/Moving Target Indicator (MTI) Payload FLY-OFF
- Notice Date
- 6/13/2023 12:27:33 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6DP PEO IEW & S ABERDEEN ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- SAI_SARFLYOFF_23_001
- Response Due
- 7/14/2023 1:00:00 PM
- Archive Date
- 07/29/2023
- Point of Contact
- Adam Terio, Lauren Strauss
- E-Mail Address
-
adam.a.terio.civ@army.mil, lauren.p.strauss.ctr@army.mil
(adam.a.terio.civ@army.mil, lauren.p.strauss.ctr@army.mil)
- Description
- Project Director Sensors-Aerial Intelligence (PD SAI) is seeking information from industry on existing technologies and Non-Developmental Items (NDIs) that could satisfy the requirement for a Synthetic Aperture Radar (SAR)/Moving Target Indicator (MTI) payload on the MQ-1C Gray Eagle Unmanned Aerial System (UAS). THIS IS A RFI NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/Description of Effort: The MQ-1C Gray Eagle UAS provides the Army with an extended range, multi-purpose UAS capable of executing reconnaissance, surveillance, security, attack, precision strike, and intelligence collection missions in large-scale combat operations. To execute these missions, the MQ-1C employs multiple sensor payloads, including Electro-Optic/Infrared (EO/IR) and SAR/MTI. Faced with obsolescence of the incumbent SAR/MTI payload, the Army is seeking information on Commercial Off-The-Shelf/Non-Developmental Item (COTS/NDI) solutions to address existing requirements as well as to inform the development of future requirements. 2. Scope of Effort/Request: The Government is in the early phases of updating the requirements for MQ-1C payloads. To support requirement definition, the Government is interested in assessing industry available Synthetic Aperture Radar/Ground Moving Target Indicator/Dismount Moving Target Indicator (SAR/GMTI/DMTI) payloads suitable for integration onto the MQ-1C. The responses to this RFI will be used as planning input for a potential Sensor Fly-off event in Fiscal Year (FY) 2023 or 24 to validate industry defined capabilities, sensor maturity, and integration risk. If the Government conducts this event, participation will be solely at the expense of the contractor. In response to this RFI, PD SAI is seeking industry information on currently available/NDI solutions that have already achieved a minimum Technology Readiness Level (TRL) of 7 (prototype demonstration in a relevant environment) and Manufacturing Readiness Level (MRL) of 7 (capability to produce systems in a production representative environment) to address the obsolescence of the incumbent SAR/MTI payload. In addition, PD SAI is interested in information about solutions that can support long range precision fires (LRPF) and deep sensing as articulated in the Army Futures Command (AFC) Concept for Maneuver in Multi-Domain Operations 2028 (AFC Pamphlet 71-20-1). Please see Attachment 1 for a link to the definition of TRL and MRL Levels and a link for the AFC Pamphlet. The intent of this RFI is to gather information on state-of-the-art SAR/GMTI/DMTI sensors capabilities. This is not an aircraft evaluation. The potential Sensor Fly-off event is solely meant to evaluate sensor performance and limitations, not aircraft performance. The Government is particularly interested in Sensor Open Systems Architecture (SOSA) and Modular Open System Approach (MOSA) solutions that will provide standardized mounting, power, connections, software, and electronic interfaces. 3. Requested Information The Government requests that interested parties provide the following: Phase One (Whitepaper Response)�� Provide information on sensor performance/capabilities and an assessment of technology and manufacturing readiness levels of currently available or NDI solutions for SAR/GMTI/DMTI in response to Attachment 1: SAR Technical Data and Vendor Information Request. ����� a.� Specifically explain how the recommended sensor configuration will satisfy the Government requirements and objectives and/or suggest changes to the requirements based upon what is achievable given the state-of-the-art. ����� b.� Answer all questions provided in Attachment 1. ��������� (1)� Document ability to execute and support a Sensor Fly-off event. Interested parties should also provide a notional schedule for the Fly-off event. The schedule should identify high level actions required for pre-event preparation, event support, and post-event analysis, and highlight critical path items such as equipment deliveries, accreditation, and/or Government Furnished Equipment (GFE). ��������� (2)� Document manufacturing capabilities for all sensors specifically discussing manufacturing facilities, line rates, and lead times. ��������� (3)� Document projected per-unit costs for production lot sizes of 1, 5, 10, and 20 units. Please identify any quantity cost breaks. ��������� (4)� Document projected production lead time for lot sizes of 1, 5, 10, and 20 units. Phase Two (Potential Sensor Fly-off event) The Government will review all Whitepaper Responses, and if the Government finds after White Paper responses there is a need for discussions, PD SAI representatives may meet with potential interested parties. Such discussions are only intended to obtain further clarification of potential capability to meet the requirements and demonstration of product capabilities. After review and discussion, the Government may contact the potential interested parties to determine if they would like to participate in the flyoff event. The following attachments are provided to this RFI: Attachment 1: SAR Technical Data and Vendor Information Request. Response Guidelines: Interested parties are requested to respond to this RFI with an Unclassified Whitepaper. Whitepaper submissions shall not exceed 35 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2�x11� page size. The response shall not exceed a 10 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the interested party�s capability to meet the requirements outlined in this RFI. Oral communications are not permissible. Sam.gov shall be the sole repository for all information related to this RFI. ��� Interested parties who wish to respond to this RFI shall do so no later than 14 July 2023 at 1600 Eastern via the email addresses provided below: To:���������� ������������� Adam Terio -�adam.a.terio.civ@army.mil ��������������� ����� �������� Lauren Strauss -�lauren.p.strauss.ctr@army.mil ��������������� ������������� Eric Rousseau -�eric.w.rousseau.ctr@army.mil CLASSIFICATION: It is preferred that responses are provided at the unclassified level. However, if the proposed system is currently governed by a Security Classification Guide (SCG) that would make the response classified please contact the POCs above for instructions on submitting classified responses. Respondents are responsible for appropriately marking and handling classified data in accordance with the National Industrial Security Program Operating Manual (NISPOM). � Questions: Contractors will have ten (10) business days from the date of this Request for Information to submit questions. Disclaimer: This RFI is not a RFP and shall not be treated as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked �Proprietary� will be handled accordingly. Please be advised that all paper submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/046965045e79470cb21f4cd384a30eb1/view)
- Record
- SN06714655-F 20230615/230613230118 (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 |