Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOURCES SOUGHT

15 -- Vertical Unmanned Aerial Vehicle (VUAV)

Notice Date
3/29/2004
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-M67854-04-R-2017
 
Response Due
4/30/2004
 
Archive Date
5/15/2004
 
Point of Contact
Valerie Mosqueira, Contracting Officer, Phone (703) 432-4192, Fax (703) 432-3547, - Valerie Mosqueira, Contracting Officer, Phone (703) 432-4192, Fax (703) 432-3547,
 
E-Mail Address
mosqueiravj@mcsc.usmc.mil, mosqueiravj@mcsc.usmc.mil
 
Description
The Marine Corps Oversight Council (MROC) Decision Memorandum 46-2003 established a requirement for a Vertical Unmanned Aerial Vehicle (VUAV) system as a follow-on to the Pioneer UAV System. The VUAV system will be capable of supporting Marine Corps Expeditionary Maneuver Warfare (EMW) and Ship to Objective Maneuver (STOM). The VUAV system will comprise fully integrated components, including: air vehicle, modular and interchangeable payloads, Command, Control, Communications, Computer, and Intelligence (C4I) interface systems, ground control systems, launch and recovery equipment, and automatic take-off and landing subsystems. The VUAV system will be expected to successfully operate within the mobility and transportability constraints of the Marine Corps. With this in mind, Marine Corps Systems Command (MARCORSYSCOM) is conducting a market survey to obtain industry input relative to its current capabilities to satisfy the fully documented Marine Vertical Unmanned Aerial Vehicle System requirements. We desire any information on capabilities and performance of the respondent's system/air vehicle as it relates to the capabilities,located in other documents associated with this RFI, and could be demonstrated within the next eighteen months. The VUAV system could have an Initial Operating Capability (IOC) as early as FY10. Please include in your response information addressing: (1) development status design verification testing and design/configuration stability) of major subsystems and components; (2) production status of major subsystems and components; (3) availability of design and support documentation such as specifications of major subsystems and components; (4) all data links used to include discussion of net-ready and joint interoperability capabilities; (5) sensor payloads, payload capability, weapons load out and payload growth capacity (weight and power); (6) concepts for system load out on a C130, CH - 53 and V-22 (7) estimated production costs for an air vehicle with an electro-optical/infrared/laser designator modular payload and the ability to interchange with future payload such as a communication relay package or a SAR; (8) growth paths for any performance area that does not meet the requirements, and (9) business arrangements such as partners or team members who would participate in the development and manufacture of the system/air vehicle. The response should include the following air vehicle (AV) specific data: (10) basis for AV structural design requirements; (11) performance limits (altitude/speed envelope); (12) power required and drag polars, and (13) empty and maximum gross weight table, and (14) data on RF, IR, visual and acoustic signatures on your system. The response should include the following ground control station data: (15) basis for control station design requirements; (16) performance limits; (17) human to computer interfaces; (18) estimated production cost for ground control station capable of simultaneous control of multiple air vehicles, and (19) open architecture capabilities. Information in your response should also address logistics support requirements: (20) maintenance to include inspections and servicing, and the recommended maintenance concept; (21) reliability, maintainability (R&M) data; (22) Training, (23) Manpower; (24) Support Equipment; (25) hardware, and computer resources; (26) Packaging, Handling, Storage and Transportation (PHS&T); (27) Facilities, and (28) Supply, to include obsolescence mitigation. The VUAV must be capable of takeoff and landing from all air capable ships. Provide data if available on: (29) launch and recovery method to securely retain the VUAV before takeoff and after touchdown, (30) a method of automatically transitioning from a takeoff point to a marshalling point and from a marshalling point to touchdown relative to the ship, (31) interfaces to, or compatibility with existing Naval C4I systems and future Marine Corps Command and Control nodes. System maturity, as evidenced by demonstrated performance and flight data of major subsystems and components from off-the-shelf systems/air vehicles is highly preferable; lengthy development alternatives are not desired. Interested parties should be willing to allow a site visit by a Government team to review system documentation and related design/test data. Interested parties should submit a written statement of interest, including a description of the item(s) considered to meet the criteria herein, with the above requested supporting unclassified data, by close of business April 30, 2004, to the Commanding General, MARCORSYSCOM, ATTN: (BMADS PM ADWS, Maj G. Ehlers or Mr. L. Bochenek), 2200 Lester St., Quantico VA 22134. Limit response to 10 pages with additional information on a CD ROM. Provide response via one hardcopy and CD ROM. If submitting classified responses or supporting data, then send to Commanding General, MARCORSYSCOM, ATTN: (CMCC), 2200 Lester St., Quantico VA 22134, and mark inner envelope for (BMADS PM ADWS, Maj G. Ehlers or Mr. L. Bochenek). Provide classified responses or supporting via CD ROM. Questions may be directed to Ms. Valerie Mosqueira at (703) 432-4192. This notice does not constitute an Invitation for Bids or a Request for Proposal, and it is not a commitment by the U.S. Marine Corps to procure products or services. The Government is only seeking possible sources and information for future needs. No solicitation document exists at this time. The Government does not intend to award a contract on the basis of this Request For Information or otherwise pay for the information solicited. However, respondents to this Request for Information will not be excluded from consideration for contract participation in any potential follow-on hardware development activity. The Government does not intend to pay for the information solicited.
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00556127-W 20040331/040329212247 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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