Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2025 SAM #8571
SOURCES SOUGHT

99 -- RFI for Vehicle Mounted Counter small-Unmanned Aircraft System (C-sUAS)

Notice Date
5/13/2025 9:14:07 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC- DTA WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
LAV_C-sUAS
 
Response Due
6/12/2025 1:00:00 PM
 
Archive Date
06/27/2025
 
Point of Contact
Billie Bowmer
 
E-Mail Address
billie.l.bowmer2.civ@army.mil
(billie.l.bowmer2.civ@army.mil)
 
Description
PROGRAM OFFICE: Program Manager Light Armored Vehicle (PM LAV) SUBJECT: Request for Information (RFI) on Vehicle Mounted Counter small-Unmanned Aircraft System (C-sUAS) A. INTRODUCTION The United States Marine Corps (USMC), Program Manager, Light Armored Vehicle (PM LAV) with the assistance of the Army Contracting Command � Detroit Arsenal (ACC-DTA) is issuing this notice as a means of conducting Market Research seeking information from industry to inform and better understand availability of technology that supports enhancing the Family of Light Armored Vehicles (FOLAV) survivability against Unmanned Aircraft Systems. PM LAV is interested in understanding industry�s C-sUAS (to include Group 1 and Group 2) capabilities that can operate in a contested electromagnetic operational environment (EMOE) and can Detect, Track, Identify, and Defeat (DTID). The defeat mechanism can be kinetic and/or non-kinetic. The PM intends to focus on the C-sUAS within the topic areas listed below to address an interim requirement that significantly increases the survivability and effectiveness of LAV�s at a relatively low cost (Less than <$2M). 1. Group 1 and 2 mounted DTID: Systems mounted/integrated on an LAV, used by mounted forces that can DTID Groups 1-2 UAS. This includes mounted configurations with modular, scalable architecture, that can be integrated into a combat vehicle. The system must be a complete solution to be assessed, having a complete kill chain from sensor to defeat mechanism. Solutions should assume they will receive tracking data only from their systems to facilitate detection and targeting. A mounted solution to the platform is required. Adjunct passive systems (e.g., Electro-Optical/Infrared) that do not interfere with the platform organic sensors are permitted. Partial solutions, such as those providing only radar or find, fix, and track capabilities, will not be evaluated. 2. Proposed solutions must address the entire kill chain, enhancing find, fix, track, and identification capabilities while incorporating kinetic/non kinetic defeat functionality without interfering with the platform's existing combat systems. Systems can have multiple weapons systems or defeat mechanisms for various ranges of threats. 3. The C-sUAS capabilities that meet the description above must be able to successfully operate in a contested electromagnetic operating environment where the electromagnetic spectrum (EMS) is experiencing interference or adversary effects across the spectrum, to include active jamming. 4. Successful operation within a contested EMOE means that the C-sUAS platform must be able to detect, track, identify, and defeat Group 1-2 UAS. The sensor systems must effectively operate while being actively interfered with or targeted by adversary jamming systems or experiencing other electromagnetic interference. The sensor systems must then accurately cue effector systems that are impacted by the contested EMOE. Finally, the effector systems then must effectively defeat, deny, or degrade threat UAS within this contested environment. 5. Methods to enable system resiliency and successful operation within a contested EMOE may include but are not limited to the following: incorporating low probability of detect (LPD), low probability of intercept (LPI), adaptive beamforming, frequency hop, and other means to maneuver across the EMS. The C-sUAS system must have the ability to understand they are being impacted within the EMS and autonomously provide information to aid the operator in maneuvering elsewhere within the EMS, to enable functionality, continued operation, and successful mission performance. 6. A solution brief�s technical merit and relevance will be evaluated based on its ability to meet the attributes listed above and the responses to the following section. B. RESPONSE REQUIREMENTS Respondents are asked to provide responses to the following questions: 1) Capability: Does your solution have a C-sUAS capability that meets the description within the topics listed above while also being able to successfully operate within a contested EMOE? a) If so, provide a description of what types of sensors and effectors the solution uses. i) Describe which method the solution uses to enable resiliency within a contested EMOE against jamming or other adversary electromagnetic effects. ii) List the frequency ranges that your solution operates in. b) List the types of sUAS the capability can defeat (e.g. multi rotor, fixed wing/rotary wing) and methods of control (e.g. RF-linked sUAS, fiber optic link, GPS). c) If not, inform us of which frequency ranges can be contested by jamming or other adversary electromagnetic effects and still successfully operate your solution. d) Please characterize the �kill chain�, i.e., structure of an attack, including target identification, initiation of attack, destruction of the target, and include duration of each step. By enabling a faster decision loop from initial detection until launch of effector is preferred and must be described. 2) Availability: Is your C-sUAS platform available to demonstrate its capabilities? a) If not, please state when the C-sUAS platform will be available to demonstrate its capabilities. 3) Producibility: Is your C-sUAS capability/system in production? a) If so, please list the quantities per month/year that can be produced. If yes, provide a timeline from contract award to delivery. b) If not, when would the production level be able to produce and deliver 12 systems for a capabilities baseline assessment. 4) Detailed Specifications: a) Describe geometric shape of the coverage of your capabilities, identify altitude, and cone of coverage (dome, donut, spherical, semi-spherical). 5) Combat Platform Integration Requirements: a) Described Mounting Specifications (Physical interface requirements such as hardpoints, turret mounts, modular attachments) of your system. b) Size, Weight, Power (SWaP): Define the design constraints or requirements for the systems you are inquiring about that are pertinent to the LAV variant a mounted system would be limited too. c) Describe Power Supply Compatibility (Voltage, amperage, and system power demands). d) Describe your system�s Command and Control architecture. Is it standalone, or can it be integrated into a vehicle architecture or fire control system? e) Can your system integrate with battlefield management systems, tactical pictures, common tactical pictures, common operational pictures, or other fires and/or threat intelligence networks? f) Specify if independent, self-contained capability, and detail the concept of integration if your capability has been integrated onto a combat platform. 6) Technology Readiness Level (TRL): a) Provide any current US organizations (DOD, DHS, etc.) or allies/partners that use your system. b) Vendors must provide documentation demonstrating that their Counter-UAS solution is at TRL 6 or higher based on the following criteria: i) TRL 6: System prototype demonstration in a relevant operational environment. ii) TRL 7: System prototype demonstration in an actual operational environment. iii) TRL 8: Finalized system tested and approved for deployment. iv) TRL 9: System fully operational and successfully fielded. Respondents should submit proof of system maturity, including test reports, operational evaluations, and certifications verifying TRL status. Solutions below TRL 6 will not be considered for further evaluation. 7) Cost Projections: a) Baseline Costs: What are the estimated costs for the system, including detection, identification, tracking, and mitigation components? b) Provide itemized pricing for hardware, software, and integrated modules. c) Installation & Integration: Provide analogous, if available, cost estimates associated with integrating the system into an existing combat platform? d) Is there user training for the C-sUAS readily available and has it been conducted previously? e) Provide any specific installation fees or additional hardware requirements. f) Provide projected enduring support contract costs and timelines to provide software or other updates as threats evolve? C. Vendor-Specific Information: 1) Technical Documentation: Specification sheets, certifications, and system manuals. 2) Deployment History: Evidence of current deployments and proven performance in relevant environments. 3) Customization Options: Ability to adapt solutions for specific mission requirements. D. Submission Requirements: Interested vendors should provide: 1) Company Information: Name, contact details, and relevant experience in the field. 2) Technical Information: Detailed descriptions of system features, capabilities, and compliance. 3) Cost Estimates: Itemized costs for hardware, installation, maintenance, and upgrades. 4) Test Data: Performance data, test results, and operational case studies. 5) Commerciality: Identify if a commercial solution that can meet the aforementioned capabilities is presently available. 6) Additional Documentation: Any other information deemed relevant by the vendor. E. Response Instructions: 1) Submission Deadline: 30 days 2) Point of Contact: Mr. Billie Bowmer � Contract Specialist Email: Billie.l.bowmer2.civ@army.mil 3) Submission Format: All responses must be unclassified. Electronic submissions are required in PDF or Microsoft Word format. Do not submit responses via SAM.gov. All electronic responses to this survey, as well as questions for clarification, shall be sent to Mr. Billie Bowmer at Billie.l.bowmer2.civ@army.mil. 4) Confidentiality: All information will be used for internal research purposes only and will not be shared outside of authorized personnel. F. Disclaimer: This RFI is issued for informational purposes only. The information in this notice is subject to change and does not commit the Government to any contractual agreement. Respondents WILL NOT be notified regarding information obtained related to this RFI. The Government will not award a contract based upon responses to this announcement. The Government shall not reimburse or pay any costs for preparing or submitting information in response to this notice. Any information submitted by respondents is strictly voluntary and does not obligate PM LAV, USMC, or ACC-DTA to issue any future contracts or purchases.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e1f6c27e1f64dbeb21a3fe9219e9081/view)
 
Record
SN07441898-F 20250515/250513230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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