Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SPECIAL NOTICE

A -- Unmanned Aircraft System Payloads Science and Technology - BAA-UAS-Payloads

Notice Date
8/5/2009
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F2VUB0-BAA-UAS-PAYLOADS-20090805
 
Archive Date
8/21/2010
 
Point of Contact
Roxanne A. Gerry, Phone: 813-826-5177, Penny R. Petee, Phone: 8138262491
 
E-Mail Address
gerryr@socom.mil, penny.petee.ctr@socom.mil
(gerryr@socom.mil, penny.petee.ctr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
PROGRAM OBJECTIVES AND DESCRIPTION: The U.S. Special Operations Command (USSOCOM) announces interest in research and development of Unmanned Aircraft System Payloads Science and Technology. The areas of interest include Full Motion Video (FMV), Signals Intelligence (SIGINT), Tagging, Tracking, and Locating (TTL), Communications Relay, Lasers, 2D/3D Mapping and Automated Change Detection, and Precision Guided Weapons. The requested Technical Readiness Level (TRL) for this effort is a Level 6. PAYLOAD AREAS AND KEY TECHNICAL CHARACTERISTICS: Key Technical Characteristics (KTC) are defined for each payload area. These KTCs represent the key technical performance parameters that represent each type of payload capability. Additionally, the following KTCs are defined as overarching parameters for any UAS payload: Weight (lbs), Size/Dimensions (inches), Input Power Requirements (Voltage and Watts Continuous and Peak), Interface Requirements (i.e. Ethernet, RS-232, RS-170, MIL-STD-1553), and Required Bandwidth (kbps required for uplink and downlink). FULL MOTION VIDEO: Stabilized sensors providing full motion video in electro-optical, long wave infrared (LWIR), mid wave infrared (MWIR), short wave infrared (SWIR), near infrared (NIR), and/or multi/hyper-spectral bands capable of providing the ability to identify individuals and determine their intent from altitudes and slant range such that the aircraft platform is non-detectable. Key Technical Characteristics: Ground Sample Distance/NIIRS Rating at Slant Range, Optical/Digital Field(s) of View, Wavelength(s), Video Resolution, Gimbal Stabilization/Pointing Accuracy. SIGNALS INTELLIGENCE (SIGINT): Low power, small form factor, SIGINT/COMINT/ELINT/MASINT payloads and associated antenna systems. Additional details provided in a classified attachment. TAGGING, TRACKING, AND LOCATING (TTL): Technologies providing the ability to track friendly and hostile forces in complex environments using advanced low probability of detection techniques. Additional details provided in a classified attachment. COMMUNICATION RELAY: Secure Voice Relay (MBITR), Common Data Link (CDL), Mobile Ad-hoc Networking, Secure Mesh, JTRS, Link 16, SADL, EPLRS, Blue Force Tracking/IFF. Key Technical Characteristics: Waveform/System Interoperability, Frequency Band, Transmit Power, Spectrum Efficiency, Data Throughput, Encryption. LASERS: Power efficient, small form factor Laser Range Finders, Illuminators, and Designators that provide advanced targeting capabilities for unmanned aircraft systems. Also of interest are lasers capable of providing overt/covert signaling capabilities. Key Technical Characteristics: Wavelength, Power, Effective Slant Range, Eye Safety, Interoperability (PRF codes, NVGs). 2D/3D MAPPING AND AUTOMATED CHANGE DETECTION: Active and Passive systems (i.e. Synthetic Aperture Radar, LIDAR, Stereo Vision) providing automated 2D/3D mapping and geo-mosaicing capabilities including automated change detection. Key Technical Characteristics: Ground Sample Distance at Slant Range, Geo-registration Accuracy, Required Nadir Angle, Minimum Range Restrictions, Processing Latency. PRECISION GUIDED WEAPONS: Small form factor precision guided munitions providing lethality for engagement of point targets while minimizing collateral damage. Self propelled, high off bore sight targeting, limited loiter capability, real-time encrypted data link, and the ability to "sweeten" or wave-off target are desired. Key Technical Characteristics: Launch Envelope, Standoff Range, Accuracy and Lethality vs. Stationary/Moving Targets, Endurance/Loiter Time, Guidance Method, Arming/Safety Mechanisms. UNMANNED AIRCRAFT OF INTEREST - ATTACHMENT: Vendors are required to logon to the system and request explicit access. This requirements are CCR registration and an active CAGE code and DUNS number. CLASSIFIED ATTACHMENT: Offerors may request access to the classified USSOCOM payload KTCs attachment by providing their CAGE code, DUNS number, physical address, cognizant security POC, and SIPRNET address (if available) to baauaspayloads@socom.mil. Upon verification of the offeror's facility security clearance, a hardcopy of the classified attachment will be provided. If the Offeror has access to SIPRNET, the attachment may be provided electronically. Interested parties that qualify for explicit access may view the security requirements DD form 254, Contract Security Classification Specification, in the package attached to this announcement. RESPONSES: An offeror may submit more than one concept aligned with the technologies listed above. Responses are requested from any responsible organizations including those from private industry, academic institutions, research institutions and non-profit organizations. All responsible sources capable of satisfying the Government needs may submit a proposal that shall be considered by USSOCOM. Initial abstracts may be submitted at any time after issuance of this BAA up to the expiration date of the BAA. Interested parties are invited to submit a one page abstract for preliminary consideration. ABSTRACT FORMAT: The format for the one page abstract is as follows: One single sided page excluding cover page. Paper size 8.5 x 11 inch paper, 1" margins, single spacing, Times New Roman font (10 point), and Microsoft Windows or.PDF format. The cover page should be labeled ABSTRACT and shall include BAA number, abstract title, and company information to include address, phone, fax, and technical contact with email address. The body of the abstract should contain a narrative description of the effort and applicability to the identified SOAL-FW UAS Payload areas and the objectives/benefits to be derived as a result of the effort. This should include the following: Technical Concept, Key Technical Characteristics, Perceived Operational Benefit, Technical Readiness Level, Performance Period, and any other technical data/information to be conveyed for consideration. Abstract submissions will be reviewed every 30 days. If the topic is found to be of interest to USSOCOM, a white paper will be requested. WHITE PAPER SUBMISSIONS: Abstracts receiving favorable review will result in a request to submit a white paper. White papers will be evaluated against the criteria stated below. White papers are not evaluated against each other since there is no common work statement; however, funding constraints (i.e., funds availability) may require a prioritization process and affordability considerations may enhance or preclude award. Decisions will be based on application of the evaluation criteria within each program area based on peer or scientific review. White papers may be formally evaluated by one or more individuals possessing necessary qualifications and experience in the technical area, which may include evaluation by contractor support personnel possessing specialized expertise. White papers submitted under this BAA are protected from unauthorized disclosure. All personnel evaluating white papers are required to sign a non-disclosure agreement prior to white paper receipt or review. WHITEPAPER EVALUATION CRITERIA: Relative Order of Importance: Factors 1 and 2 are of equal importance. Factors 1 and 2 are significantly more important than factors 3, 4, and 5 which are all of equal importance. When combined, factors 1 - 5 are more important than factor 6 (cost factor). 1. TECHNICAL MERIT: Overall scientific and/or technical merit of the proposal 2. RELEVANCE/IMPORTANCE: Potential contribution toward advancing USSOCOM mission objectives and interests 3. CAPABILITY: The offeror's capabilities, capacity, related experience, facilities, techniques or unique combination of these which are an integral factor for achieving proposal objectives 4. PERSONNEL QUALIFICATIONS: The qualifications, capabilities and experience of key personnel; (e.g.,., Principal Investigator (PI), Subject Matter Experts, Scientists, Engineers, etc...) who are critical in achieving the proposal objectives 5. RISK: Technical and schedule risk assessment and/or mitigation measures in relationship to potential payoff 6. COST: Affordability, cost realism and reasonableness, and availability of funds WHITE PAPER FORMAT: The format for white papers follows below. White papers that do not satisfy these form and format requirements may be rejected without further review or evaluation. All submissions shall be in the English language. White papers shall be submitted electronically; a paper copy is not required. Electronic copies should be in PDF (preferred) or Microsoft Word. A white paper should be a brief summary. It introduces the idea, solicits interaction with government, and avoids the expense of generating proposals that have little likelihood of selection or award within this BAA. White papers should summarize the planned proposal and clearly articulate the innovative concept or technology development and demonstration being proposed. White papers should contain a cover sheet (clearly marked White Paper), a five page (maximum) summary of the technical idea, a one-page cost summary, and a one-paragraph (150-200 words) abstract of the white paper as a whole. All pages should be printable on 8.5 by 11 inch paper; type not smaller than 10 point using Times New Roman font. The page limitations for white papers include all figures, tables, and charts. No formal transmittal letter is required. Offerors should segment their proposed efforts into an initial 8 month or shorter Phase 1 to explore and validate the technical feasibility of the concept, and one or more additional phases as optional efforts culminating in a technology demonstration / utility assessment. The total effort including options should not exceed 24 months. Successful initial phases will have a greater likelihood of receiving funding for subsequent optional phases. WHITEPAPER EVALUATION AND NOTIFICATION: Electronic acknowledgment of receipt of all abstracts and white papers will be made. Abstracts and subsequent white papers will not be returned. The BAA will remain open for submissions for one year after the initial posting date of this announcement. Submissions received after the closing date will not be reviewed or evaluated. USSOCOM will review and respond electronically to each requested white paper within 60 days of submission; however reserves to right to review and respond as submissions are submitted. Upon completion of the evaluation, the offeror will be notified that 1) the whitepaper has merit and will be considered for award as funds become available, or 2) the proposal does not contain sufficient relevance to the SOF mission to be of interest to the command. PROPOSALS: Any invitation to submit a full proposal will be made on the basis of the white paper evaluation criteria above and program balance that provides the best value to the Government. If an invitation is made, it will be made by letter signed by a warranted Contracting Officer. AWARDS: All awards made as result of responses to this announcement shall be publicized in accordance with FAR 5.301. Awards will be subject to the availability of funds. Award instruments may take the form of a procurement contract, grant, or agreement depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. The Government reserves the right to 1) select for award all, some, or none of the proposals received, and 2) incrementally fund any award instrument. Offerors will not be reimbursed for proposal preparation costs. Offerors submitting white papers and follow-on proposals are cautioned that only the Contracting Officer is authorized to obligate the Government to any agreement involving expenditure of Government funds. PROPRIETARY DATA: The government desires unlimited data rights to all information and products generated under contracts that result from this BAA. When an offeror must include proprietary data in order to fully communicate their concept, the offeror must clearly mark and identify any proprietary data that the offeror intends to be used only by the Government for evaluation purposes. The offeror must also identify any technical data contained in the white paper that it is furnishing to the Government with restrictions on use, release, or disclosure. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. Records or data bearing one of the Defense Federal Acquisition Regulations System (DFARS) approved restrictive legends may be included in the white paper. It is the intent of the Government to treat all white papers as privileged information and to disclose their contents only for the purpose of evaluation. The offerors are cautioned, however, that portions of the white papers may be subject to release under terms of the Freedom of Information Act, 5 U.S.C. 552, as amended. CLASSIFIED DATA: Classified information must be handled, labeled and stored in accordance with applicable DoD regulations and the attached DD form 254. Contractors must possess all required personnel security clearances, facility clearances and other infrastructure requirements necessary to perform classified work, if proposed, without reliance on Government resources or sponsorship. USE OF NON-GOVERNMENT PERSONNEL: All proprietary material should be clearly marked and will be held in strict confidence. Restrictive notices notwithstanding, proposals may be handled for administrative purposes by a support contractor that is bound by appropriate non-disclosure requirements. Input on technical aspects of the proposals may be solicited by USSOCOM from non-Government consultants and advisors who are bound by appropriate non-disclosure requirements. Non-Government personnel will not establish final assessments of risk, rate, or rank offerors' proposals. These advisors are expressly prohibited from competing for BAA awards. All administrative support contractors, consultants and advisors having access to any proprietary data will certify that they will not disclose any information pertaining to this announcement, including any submission, the identity of any submitters, or any other information relative to this BAA, and shall certify that they have no financial interest in any submission evaluated. Submissions and information received in response to this BAA constitute the offeror's permission to disclose that information to administrative support contractors and non-government consultants and advisors. ORGANIZATIONAL CONFLICTS OF INTEREST: Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any government office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then the offeror shall so state in the affirmation. UNCLASSIFIED SUBMITTAL ADDRESS: All unclassified abstracts shall be sent electronically to: baauaspayloads@socom.mil. Submissions received by USSOCOM but not submitted specifically to the BAA may not be considered under the BAA. CLASSIFIED SUBMITTAL ADDRESS: Offerors are instructed to contact baauaspayloads@socom.mil for submission instructions of classified abstracts or whitepapers. Classified abstracts may be submitted electronically via SIPRNET or JWICS. ADMINISTRATION: USSOCOM will reply to questions relating to this BAA and will make replies to questions of general interest available to prospective offerors. All correspondence including questions and requests for access to the replies to the questions regarding this solicitation should be directed to the address below. USSOCOM prefers to use electronic mail for correspondence regarding this BAA. Point of Contact: baauaspayloads@socom.mil. CONTRACTING AUTHORITY: Offerors and interested parties may hold discussions with Government personnel regarding the contents of this announcement or the contents of documents submitted in response to this announcement. Only warranted contracting officers have authority to enter into contracts to the extent of the authority delegated to them. Offerors and interested parties are cautioned that an agreement by any Government representative other than a Contracting Officer is not legally binding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/F2VUB0-BAA-UAS-PAYLOADS-20090805/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN01900301-W 20090807/090806001116-67d68273dbf095a445d21ad88e8bf716 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.