Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

99 -- Request for Information (RFI) for Launched Effects (LE) Payloads

Notice Date
2/19/2025 9:55:25 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6DP PEO IEW & S ABERDEEN ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
SAI_AEROS_LEPayloads_25_001
 
Response Due
4/18/2025 1:00:00 PM
 
Archive Date
05/03/2025
 
Point of Contact
Curt McMullen, MAJ Charles Rapp
 
E-Mail Address
curt.a.mcmullen.civ@army.mil, charles.j.rapp.mil@army.mil
(curt.a.mcmullen.civ@army.mil, charles.j.rapp.mil@army.mil)
 
Description
Project Director Sensors � Aerial Intelligence (PD SAI) / Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S), in coordination with Project Manager Uncrewed Aircraft Systems (PM UAS) / PEO Aviation, is seeking information from Industry on capabilities and technology areas of interest associated with Launched Effects (LE) payloads. LE, to include both Air Launched Effects (ALE) and Surface Launched Effects (SLE), are a Family of Systems (FoS) consisting of an air vehicle, payload(s), mission system applications, and associated support equipment designed to autonomously or semi-autonomously deliver effects as a single agent or as a member of a team. LE are operationally consumable air vehicles to increase sensors and effects in the Area of Operations (AO) to detect, identify, locate and report (DILR), deliver lethal and non-lethal effects, extend communications, conduct battle damage assessment (BDA), and provide protection of friendly formations. LE will be an integrated member of an ecosystem of heterogenous systems with many-to-many collaborations and control capabilities, meaning that groups of varying air vehicles can collaborate with other manned, unmanned, or mixed groups and controlled by different formations throughout the battlespace. LE will incorporate scalable autonomy providing varying levels of human-in-the-loop control. This will increase situational awareness while reducing operator workload, allow commanders to mitigate risk appropriately, and increase the speed and accuracy in their decision-making cycle. LE extends the speed, range, lethality, and survivability of maneuver formations through the integration of air vehicles, mission systems, and payloads. LE can be employed by many different elements; control of air vehicles and payloads can be transferred based on mission needs. ALE are launched from high altitude, medium altitude, and low altitude platforms. SLE are ground launched, and maritime vessel launched. The data collected and processed by LE will be consumed and utilized from the tactical edge of the battlefield through all operational levels in the AO. PD SAI is seeking industry information on currently available and all future solutions with a Technology Readiness Level (TRL) of 3+ with the ability to be upgraded/enhanced prior to Government Fiscal Year 2030 to a minimum of TRL 7, objectively TRL 9. This RFI is intended purely for market research purposes. This is not a Request for Proposals (RFP). No solicitation is available at this time. Requested Performance Parameters: The Government wishes to obtain information from Vendors about existing solutions and payloads that could meet LE program requirements across prioritized technology focus areas as outlined within this RFI. Additionally, the Government wishes to understand current payload maturity from both a technology, manufacturing, and integration standpoint. The intent of this RFI is to gather information on state-of-the art payloads that are capable of DILR, delivering non-lethal effects, conducting battle damage assessment, and providing protection of friendly formations. The Government is soliciting responses from Vendors that are interested and capable in delivering solutions across one, some, or all of the payload capabilities/types in the table below. CAPABILITY TYPE DILR Electro-Optic/Infrared (EO/IR) Radio Frequency (RF) Passive Synthetic Aperture Radar (SAR) Audio Non-Lethal Decoy (Aircraft) Decoy Command Post (CP) Electronic Attack (EA) Disrupt Protection Offboard Survivability Counter Swarm EA Counter Unmanned Ground Vehicle (C-UGV) Air Droppable Payloads Decoy (CP) Small Unmanned Aircraft Systems (sUAS) Unattended Ground Sensors (UGS) Vendor responses to this RFI will provide a granular view of readily available solutions and include those that may not be part of a fully integrated system at this time. These responses will be analyzed to understand the current market landscape and help determine the prioritization of efforts and current technology gaps requiring further industry investment in the near term. Any solutions that are put forward in response to this RFI must be designed in alignment with Modular Open Systems Approach (MOSA) principles to allow for future integration amongst the same size LE Air Vehicle (AV) or between differing LE AVs. Requested Information The Government requests that interested parties provide the following: White Paper Response Provide information on LE sensor performance/capabilities and an assessment of technology and integration readiness levels of currently available solutions. This should include current sensor capabilities, planned/funded capability enhancements, and integration options. Specifically, explain how the recommended sensor configuration will meet the requirements of the LE CONOPS (Attachment 1). Provide a synopsis of the solution. Describe the solution�s technical specifications and benefits. Explain how the recommended sensor solution could be upgraded/enhanced in the future to address technology maturation and its ability to meet emerging threats. Provide a non-binding rough order of magnitude (ROM) cost estimate that includes the following: The per unit cost for a procurement of 50, 100, and 250 systems. Alternative price breaks that exist beyond quantity 50, 100, and 250. Please specify what that discount would be. The minimum and maximum order quantities per year over a multi-year procurement order. Response Guidelines and Instructions for Access to LE attachments: Interested parties are requested to respond to this RFI with a white paper. White paper submissions cannot exceed 10 pages per payload. If the vendor intends to respond by providing multiple payloads submissions, either with the same capability/type or within a different capability and/or type, they may do so in a single white paper, with the page limit remaining at 10 pages per payload and must specifically describe the interested party�s capability to meet the requirements outlined in this RFI. The white paper must be submitted via SIPR only. Primary POC: Curt McMullen: NIPR email: curt.a.mcmullen.civ@army.mil SIPR email: curt.a.mcmullen.civ@mail.smil.mil Secondary POC: MAJ Charles Rapp: NIPR email: charles.j.rapp.mil@army.mil SIPR email: charles.j.rapp.mil@mail.smil.mil To receive Attachment 1 and to complete items A-C below, interested parties must identify a cleared POC for taking receipt of the documentation (Name, SIPR Email, and Phone required) and supply this information to the POCs above. Interested parties must provide their cleared POC no later than Monday, 10 February 2025 at 1600 EST. Respondents are requested to complete the following documents as part of their submission: White paper submission LE Payloads RFI FY25: Respondents should include the �SAI_AEROS_LE RFI 20241115_Company Information_Vendor XYZ� document as the first page to their response. The whitepaper should include sufficient detail about their organization and solutions as it relates to this RFI. Respondents may provide solutions for one, some, or all of the payload capabilities and/or types. Submit completed Classified Questionnaire � Government will provide upon receipt of intent to submit a response. Submit Slick Sheet � Government will provide upon receipt of intent to submit a response. Respondents shall populate the provided one-page slick sheet templates on the respective Power Point slide, �LE FY25 RFI_ SlickSheet Template�; based on the vendor�s solution. The Government may ask for additional clarification related to one or multiple parts of the RFI responses. Clarification responses should be submitted in the form of white papers related to the technological area within 10 days of the question. Interested parties who wish to respond to this RFI shall do so no later than Friday, 14 March 2025 at 1600 EST via the email addresses provided above. Questions: The Government will not entertain and will not address any questions from Industry at this time. The Government will not reimburse companies for any costs associated with the submissions of their responses or the participation in demonstrations. White Paper Response Collaboration (Discussions) After review of the white paper responses, PD SAI representatives may meet with potential interested parties and/or request one-on-one sample hardware demonstrations. Such discussions are only intended to obtain further clarification of potential capability to meet the requirements and demonstration of product capabilities. Disclaimer: This RFI is not a RFP and is not to be construed 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. The Government does not intend to pay for information received in response to 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/0386ec33275742a6be2dbad069a79998/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07347430-F 20250221/250219230039 (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.