Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2005 FBO #1472
SOLICITATION NOTICE

A -- Autonomous Rotorcraft Sniper System (ARSS) Program

Notice Date
12/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-C-0010
 
Response Due
1/19/2006
 
Archive Date
3/20/2006
 
Small Business Set-Aside
N/A
 
Description
This synopsis is for a noncommercial engineering effort to integrate and test a lightweight stabilized remote turret on the Vigilante" Vertical Take Off and Landing (VTOL) UAV. The Aviation Applied Technology Directorate (AATD), U.S. Army Research, Development and Engineering Center (ARDEC) has a requirement to integrate lightweight stabilized remote turret on a VTOL UAV platform. The objective of the program is to demonstrate a targeting and sniper capability onboard an Unmanned Aerial Vehicle (UAV) , a capability never seen in battle. Having the ability to accurately engage single point man sized targets with an airborne UAV will give the ground based soldier the ability to have a high-point survivable sniper at their disposal when needed. An airbo rne UAV can rapidly achieve lookdown angles and viewpoints required for sniper engagements, while controlled from the troop on the ground. Demonstrating this capability is the goal of the Autonomous Rotorcraft Sniper System (ARSS). The ARSS effort is to i ntegrate and test the Utah State University Research Foundations (USURF) developed Precision Weapon Platform (PWP) lightweight stabilized remote turret on the Vigilante" Vertical Take Off and Landing (VTOL) UAV in support of the Aerial Delivery of Effects from Lightweight Aircraft (ADELA) program. While airborne in a Hover Out of Ground Effect (HOGE) condition and controlled from a ground based control station using existing control data links onboard, the Vigilante" UAV system will demonstrate the Precisi on Weapons Platform (PWP) capability. AATD will use its Government-owned Vigilante" as the VTOL UAV testbed platform for this effort. AATD intends to enter into negotiations on a sole source basis for award of a cost reimbursable contract entitled Auton omous Rotorcraft Sniper System (ARSS) with Advanced Technologies Incorporated (ATI), 875 Middle Ground Blvd., Newport News, VA 23606-4209 (CAGE: 0KT86), a small business Aircraft Research & development firm, and manufacturer of the Vigilante". According ly, this acquisition will be procured in accordance with 10 U.S.C. 2304 (c)(l) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy this agency's requirements. This effort, using Vigilante" as the testbed, is a cont inuation to reach the goals identified in the Army Technology Investment Agreement, DAAH10-01-2-0003, Armed VTOL UAV Testbed Integration (AVUTI). This effort will further AATDs research to develop an armed UAV that will improve the quality of military op erations and enhance the capability of our weapon systems. Using the Vigilante" as the testbed provides significant cost leverage for this Army effort. The ATI developed Vigilante" is a residual asset on hand and readily available from the Armed VTOL UA V Testbed Integration (AVUTI) program. This Government owned UAV would be furnished to ATI at no cost to support this effort. Using the Vigilante" as the testbed provides significant cost leverage for this Army effort. The Governments substantial inves tment would be duplicated if another contractor performed this effort using a different VTOL UAV and that loss would not be offset or recovered in this or related acquisitions. This program, using Vigilante" as the testbed, continues our efforts to integr ate and demonstrate various weapons on a VTOL UAV as we investigate technologies that that will improve the quality of military operations and enhance the capability of our weapon systems. Based on our market research, ATI is the only available source for Vigilante" integration support. The ATI team has the knowledge and data rights and experience to electronically and mechanically integrate the PWP system onto the Vigilante" and perform other Statement of Work tasks. The ATI teams vehicle and flight sy stems support is critical to ensure the integration of the turret will be compatible with and not degrade the performance of the Vigilante". ATI has the knowle dge and extensive experience of the Vigilante" UAV to successfully fulfill the proposed contract requirements. The ATI team is uniquely qualified to fulfill the contract requirement based on its sole access to the proprietary Vigilante" technical design d ata and software, simulator, flight vehicle and flight trained personnel to provide the Army with an integration and test capability of the PWP onto the Vigilante". It would not be economically viable to attempt to acquire this data by other means. The likelihood of an award to any other source would result in a substantial duplication of cost to the Governments investment in the Armed VTOL UAV Testbed Integration technology and is not expected to be recovered through competition. ATI will continue to subcontract for flight system support from SAIC. The Armed VTOL UAV Testbed Integration has been a collective research effort between ATI and SAIC. ATI, partnered with SAIC, are the only firms with the detailed experience and knowledge to support integr ation of Mission Equipment and weapons on the Vigilante and support UAV operations at the same time. SAIC specifically designed the flight system for the Vigilante and no other source has the proprietary software needed to update the flight system for th is effort. Alpha contract negotiations, appropriate for sole source requirements, will be limited to ATI, Inc. A solicitation document is not available. The contract terms and requirements will be developed jointly between the Government and ATI into a m odel contract, consistent with alpha contracting procedures in accordance with the Federal Acquisition Regulations (FAR). The resultant contract will consist of a fourteen (14) month performance period. The North American Industry Classification System (NAICS) applicable to this research and development effort is 541710. The size standard is 1500. No options are anticipated for this program. While the Government does not anticipate competition, any responsible source may submit a proposal, which shall b e considered. Written proposals should be addressed to AATD, Attn: AMSAM-RD-AA-C (Ms. Sandra Schuck, 757-878-4819, Building 401, Lee Blvd, Ft Eustis, VA 23604-5577. Contracting Officer is Ms. Rhonda Buckanin. Anyone requiring an explanation or interpretat ion of this announcement must request it in writing at the above address (Data 757-878-0008) or sschuck@aatd.eustis.army.mil. FBO numbered Notes Apply 22 and 26.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00944888-W 20051207/051205212125 (fbodaily.com)
 
Source
FedBizOpps 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.