Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

16 -- United States Navy and Marine Corps Small Tactical Unmanned Air Systems (PMA-263) Engine Module Unit (EMU) Request for Information (RFI)

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-16-RFPREQ-PMA-263-0169
 
Archive Date
8/30/2016
 
Point of Contact
Eric J Richey, Phone: 3017572254
 
E-Mail Address
eric.richey@navy.mil
(eric.richey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Introduction This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2, and is published only to obtain information for use by the Naval Air Systems Command (NAVAIRSYSCOM), Program Executive Office, Strike Weapons & Unmanned Aviation (PEO(U&W)). This announcement constitutes an RFI for planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The following information is requested to assist in conducting market research to identify new technologies for Navy Small Tactical Unmanned Air Systems (Group 2). Program Manager, Navy and Marine Corps Small Tactical Unmanned Air Systems (PMA-263) under oversight from PEO (U&W) will provide the assessment team for this market research effort. 2. Objective/Requested Information PEO (U&W), PMA-263 is seeking industry input in order to identify Commercial-Off-the-Shelf (COTS) or high (8/9+) Technology Readiness Level (TRL) availability of an EMU. Information is sought for an EMU solution which could be integrated into the Group 2 UAS Program of Record, reduce size and weight and increase available power. The EMU should provide improved power and performance while simultaneously supporting electrical requirements of 150 - 250 Watts for the propulsion and sensor operations. Information is sought on available EMU's to support the current requirements: 1) Maximum weight less than 5 lbs. 2) Available horsepower at the propeller greater than 2.5 HP 3) Climb performance of 500 feet per minute up to 12,500 feet Density Altitude 4) Launch and recover at a Density Altitude of 9500 feet or greater 5) Mean time to overhaul greater than 400 operating hours 6) Fuel endurance of 10 hours at Maximum gross weight (55 Lbs) at an altitude between 1,000 and 3,000 feet utilizing a standard, commercially-available, remote control, hobby fuel tank 3. Industry Response Criteria Responses to this RFI shall contain the company name, DUNS, street address, point of contact with phone number and email address. If applicable, the company web page should be included. Please limit the response to 15 slides and 25 double-spaced printed pages. One copy should be delivered by email and in Microsoft Office format. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. If including proprietary information in the response, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require information/proprietary exchange agreements with any contractors providing advisory and assistance services to the Government who may have access to this proprietary information. Responses to the RFI will not be returned. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of RFI responses, the Government may contact respondents for further discussion and/or clarification of the submittal. Vendors should provide a capabilities statement of no more than 1 page in length that demonstrates the respondent's ability to meet the requirements as specified herein, including estimated lead time requirements, if applicable. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. Industry responses to the RFI should be sent to below email address no later than 30 business days after posting to https://www.fbo.gov/: LT Eric Richey, Contract Specialist eric.richey@navy.mil NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES TO THIS RFI ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-16-RFPREQ-PMA-263-0169/listing.html)
 
Record
SN04186471-W 20160720/160718234808-2a466ab900b5e7c549ea6c30c4a311db (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.