Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS

15 -- FORCE PROTECTION AIRBORNE SURVEILLANCE SYSTEM UNMANNED AIR VEHICLE, SENSOR PAYLOAD AND GROUND CONTROL SYSTEM

Notice Date
July 27, 2001
Contracting Office
ESC/FD, Force Protection, 5 Eglin Street, Hanscom AFB, MA 01731-2100
ZIP Code
01731-2100
Solicitation Number
N/A
Response Due
August 15, 2001
Point of Contact
Major Michael Senseney, POC, 781-377-7555 and Alicia J. Gettman, Contracting Officer, 781-377-8673
E-Mail Address
Click Here to E-mail the POC (POC: michael.senseney@hanscom.af.mil and Contracting Officer: alicia.gettman@hanscom.af.mil)
Description
This is not a solicitation but market research to determine potential sources for government evaluation. The Force Protection Systems Program Office (ESC/FD) wishes to identify sources for currently available unmanned air vehicle systems for use by personnel engaged in force protection missions. The system, to be known as the Force Protection Airborne Surveillance System (FPASS), shall consist of unmanned air vehicle(s) (UAV), sensor payloads, all equipment for control of the air vehicle and viewing and manipulation of sensor imagery, and all necessary training and logistics support. The system shall have the following characteristics: 1) Operating Radius: The UAV shall be capable of operating over a radius of at least 5km around the ground control station; 2) Target Detection: The system shall be capable of detecting and classifying a man-sized target from the UAV's operating altitude, in daytime and nighttime conditions; 3) Imagery: The UAV shall provide real-time or near-real time video imagery to the ground station; 4) Endurance: The system shall have an operating endurance of at least 1.5 hrs; 5) Speed: The UAV shall have a top speed of at least 50 miles per hour indicated air speed; 6) Navigation/Mission Planning: The system shall incorporate an automatic navigation system using preprogrammed waypoints which may be overridden by inputs from the ground control station, reprogrammed in-flight, and resumed in-flight, and an automatic function to command the UAV to fly back to its launch location; 7) Launch and Recovery: The UAV must be capable of being launched and recovered from a 100m by 100m clearing without a paved runway; 8) Fuel: The system shall operate off of readily available fuels or power sources (JP-8, 85/87 Octane MOGAS, Diesel Fuel, or commercially-available rechargeable batteries; 9) Weather: The system shall be capable of performing its mission in weather conditions with winds of up to 25 miles per hour, none to light precipitation, and temperature between -25 deg F and +145 deg F; 10) Mobility: The system shall operate when the control station is inside a moving ground vehicle; 11) Transportability: All components, including launch assist devices, shall be easily transportable in weatherproof, lockable shipping containers; when packed, no single container shall weigh more than 150 lbs, and all system components shall fit into an 8 ft x 8 ft x 4 ft volume; 12) Remote Imagery Viewing: The system shall include remote video viewing terminals to allow parties separated from the control station to view imagery returned from the UAV; 13) Crew: The system shall require no more than two individuals to operate, including launch and recovery; 14) Training: The system shall be operable by individuals with no piloting experience and require minimal initial and recurrent training; 15) Operational Availability: Each system, consisting of a ground control station, remote video viewing terminal(s), and UAVs and associated payloads, shall support the continuous mission availability of two UAVs for a 30 day period, or 100 missions/UAV, whichever comes first, without maintenance or repair other than that which can be performed in the field using a minimum of spare parts and/or special tools. 16) Setup Time: The system shall be ready for operation within 30 minutes of removal from its shipping containers. Interested potential sources are requested to provide product specifications and details on how the product could meet the requirements listed above, as well as approximate unit cost. Contractors will indicate whether or not their equipment and services are offered through the GSA schedule or any other government agency contract. Published GSA prices, discounts, and any quantity price break information should also be provided. If sufficient potential exists, ESC/FD may request product demonstrations to evaluate the most promising candidate(s), with a goal of establishing a product baseline for acquisition. Interested potential sources should submit packages containing the above requested information by 15 Aug 01 to ESC/FDK, 5 Eglin Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100, Attn: Ms Alicia J. Gettman. Electronic (Email) responses to the POC and the Contracting Officer are encouraged. Note that the HANSCOM Electronic RFP Bulletin Board (HERBB) will be the primary source of information for this activity. Interested parties should check it for updates and subscribe to the HERBB update service for the Airborne Force Protection Surveillance System project. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010731/15SOL006.HTM (D-208 SN50T1U9)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |
Created on July 27, 2001 by Loren Data Corp. -- info@ld.com