Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

15 -- Request for Information (RFI) for Air-Launched Small Unmanned Aircraft Systems (SUAS)

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-17-NORFP-PMA-263-0097
 
Archive Date
12/29/2017
 
Point of Contact
Denise R Lamb, Phone: 301-757-5902
 
E-Mail Address
denise.lamb@navy.mil
(denise.lamb@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 Program Executive Officer, Strike Weapons and Unmanned Aviation (PEO (U/W)), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263), Patuxent River, Maryland. This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by responder. The Government will not reimburse responders for any costs associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders provide additional information/details based on their initial submittals. 2. Objective PEO (U/W), PMA-263 is seeking industry input to identify potential solutions for an Air Launched Small Unmanned Aircraft System (SUAS) for use by the United States Marine Corps, capable of providing Intelligence, Surveillance and Reconnaissance (ISR) during day and night operations and in all environmental conditions. The system should be rugged, lightweight and ready to use as delivered with minimal logistic, training and support requirements. The system should provide real-time full motion video and still imagery via electro-optical and/or infrared sensors. The air vehicles should be capable of launch from a manned aircraft such as a V-22 or C-130. The air vehicles need not be capable of recovery to the launching platform, but should be capable of terminating flight in a designated location. The air vehicle should be controllable from a launching platform such as a common launch tube as well as from a man-portable control station from the ground. The control station should consist of the necessary equipment to monitor the sensor(s), air vehicle position and status, control its movement and view its video and/or still imagery. PEO (U/W), PMA-263 is specifically interested in systems with the following characteristics: • Air launch capable from a parent manned aircraft (for example, V-22 or C-130) • Battery powered • Minimum Range of 25 kilometers(when air launched) • Minimum endurance 1 hour • Adequate maturity to be field tested • Interoperable with current equipment, i.e. radios, common launch tube, to the maximum extent practical. 3. Requested Information. The responder is requested to provide detailed information in response to the following: Provide a general description of the configuration of the potential solution to include the control station, data link and air vehicle(s). Identify the following technical attributes of the potential solution. If a specific attribute is estimated or unknown, so state. • Size and weight of total system packed for transport • Size and weight of Air Vehicle with payload (if/when hand launched) • Size and weight of air vehicle with payload and launch container (if/when launched from container during launch sequence) • Temperature limits • Precipitation limits • Wind limits • Altitude limits (Above Ground and Pressure Altitude) • Maximum Range (maximum range at which the system can operate assuming no line of sight obstructions) • Maximum Endurance (maximum time the air vehicle can remain airborne under standard day at sea level conditions) • Maximum speed of the Air Vehicle • Total available payload weight • Noise signature • Sensor type • Sensor detection/identification performance (National Image Interpretability Rating preferred) Provide detailed information in response to the questions listed below: • How would the air vehicle be launched from the parent aircraft (i.e. through existing launch system, hand thrown, or unique launcher)? • Is the system re-usable? • Is the system capable of ground launch? • What are the different types of flight modes and mission control characteristics used by the system? (Manual, autonomous, waypoints, loiters, hover and stare, etc.) • What safety features (i.e. lost link, lost GPS) are built into the system? • What is the software operating system? • How and where is the data (video, pictures, and flight logs) stored? • Does the system use standard Department of Defense (DoD) mapping and imagery? • How does the control station communicate with the air vehicle? Describe the data link used including waveform, operational frequency band, analog or digital, and encryption capabilities. • Is the system capable of simultaneous air-vehicle operations from a single control station? • How does the system navigate? • Does the system use Selective Availability Anti- Spoofing Module (SAASM) GPS? • Is the system capable of navigation without GPS? • Does the system have automated obstacle avoidance capability? • What payloads are currently available, in development, and planned? • What other unique capabilities are available with the system that may enhance mission performance? • How many people are required to operate the system? • What is the anticipated training time for operator certification? • Describe the assembly required to ready the air vehicle for operation from its field packed state? Field packed state is defined as having all the required equipment to accomplish a mission and be in a state safe for transportation. • What batteries are used to power the system? • How are batteries recharged and how much time is required to return to full charge following a maximum endurance flight? • Do the batteries have a certification, i.e. NOSSA, UL? • What equipment is required for battery charging? • How is a system stored when not in an operational mode? • How many cubic feet of space is required to store the system when not being operated? • What is the size and weight of the ground control station? • What is the production lead-time, including any production/delivery constraints based on single order quantities ranging from 1-50 systems? • Are you able to provide logistical support with spare parts and repairs of damaged parts? • Are you able to provide Field Service Representative (FSR) support sufficient to sustain systems in deployed or remote areas within the United States or harsh/hostile environments overseas? • Please provide operators manual and maintenance manual if available. • What is your experience with developing Small Unmanned Aircraft System products? • Please provide your cage code and business size under NAICS Code. If you are a small business per the parameters of NAICS Code, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUB Zone, etc.)? • Are you a foreign-owned, foreign-controlled, or a foreign-influenced company? • Did you receive funding to develop your system from any government agencies? • What is the estimated cost for any required development and the estimated system procurement cost? 4. Responses All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a white paper via electronic mail no later than 14 days after release date on FEDBIZOPS. Please limit responses to no more than 20 pages, 12 point font, not including preprinted information material. Please submit responses via electronic media to: Denise Lamb, Contracting Officer Phone: (301) 757-5902 Email: denise.lamb@navy.mil 5. Questions If you have any specific questions (relating to the above referenced information only) please submit them in written format to the Contracting Officer listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-263-0097 /listing.html)
 
Record
SN04368827-W 20170113/170111234138-6e0ddcc7a6ecb59ab721f4153e197bb0 (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.