SOURCES SOUGHT
15 -- Small Tactical Unmanned Aircraft System/Tier II Unmanned Aircraft System (STUAS/TIER II UAS)
- Notice Date
- 11/22/2006
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- 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, MD, 20670, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-STUAS112206
- Response Due
- 1/5/2007
- Archive Date
- 1/20/2007
- Description
- This announcement constitutes a Request For Information (RFI) Synopsis. THIS IS NOT A REQUEST FOR PROPOSAL. The following information is provided to assist the Naval Air Systems Command (NAVAIR) in conducting market research to identify potential contractors to develop, test, integrate, produce, field and support the initial increment configuration (Increment 0) of the U.S. Navy and Marine Corps Small Tactical Unmanned Aircraft System/Tier II Unmanned Aircraft System (STUAS/Tier II UAS). Program Executive Officer, Strike Weapons and Unmanned Aviation (PEO(W)), PMA-263 (U.S. Navy and Marine Corps Unmanned Aircraft Systems) is the acquisition Program Manager for this potential effort. The STUAS/Tier II UAS will provide persistent Intelligence, Surveillance, and Reconnaissance (ISR) support for tactical level maneuver decisions and unit level force defense/force protection for Naval ships (multi-ship classes) and Marine Corps land forces. A notional system may include three air vehicles, one ground control station, multi-mission (plug & play) payloads, and associated launch, recovery, and support equipment. This system will support Naval missions such as building the Recognized Maritime Picture, Maritime Security Operations, Maritime Interdiction Operations, and support of Naval units operating from sea/shore in the global war on terrorism. This system will also support Marine Corps missions such as close range UAS enabling enhanced decision-making and improved integration with ground schemes of maneuver. The draft STUAS/Tier II UAS Concept of Operations (CONOPS) is available upon request via CD-ROM to US DoD Contractors only. To request the CONOPS, email your company name, address, CAGE code, and point of contact information (name, phone number and email address) to: Ms. Kelly Chism at Kelly.chism@navy.mil. The CD-ROM will be mailed upon verification of requestor?s information. Increment 0 will include the following system capabilities: ? Runway independent ? Fully autonomous launch and recovery from austere, unprepared forward operating bases ? Shipboard compatible o Launch and recover while ship is under way o Heavy Fuel Engine (objective) ? 50 NM radius minimum of operation (line-of-sight permitting) ? Ground Transportable/mobile with two HMMWVs or less ? Air Transportable by two MV-22s (threshold), one MV-22 (objective) ? Flight endurance of 8 hours (threshold) 12 hours (objective) ? Dash speeds 60-80 KIAS, cruise speed 40-60 KIAS ? Undetectable by human hearing at operational altitude of 1000 to 3000 ft AGL ? Day/night sensor in 1 payload o Stabilized and gimbaled o Stare and ?moving object tracker? capable o Spatial location accuracy within ten meters (threshold), five meters (objective) o IR marker LASER range finder (threshold), LASER designator (objective) ? Mode 3C IFF controllable from Ground Control Station (GCS) ? Day visible/night IR Anti-collision light controllable from GCS ? Operated by 6 or less operators and maintainers (12 hours/day standard operations, limited surge capability) ? STANAG 4586 compliant interfaces and formats ? NAVAIR TCDL Interoperability Profile, Version 11 ? Remote receive terminal capability compatible with Remote Optical Video Enhanced Receiver (ROVER) III/One System Remote Video Terminal (OSRVT) o Backpack-transportable o Ten pounds total weight (threshold), five pounds (objective) ? GCS o Capability to output UAS video data and UAS metadata to other USN and USMC C4I systems o Compatible with current/existing Army 1 system o Capability to control 2 or more air vehicles simultaneously o Software stabilized and enhanced video processing o Hand-off of aircraft from one GCS to another o Capable of dynamic retasking while airborne o Embedded mission planning and simulation capable o All GCS components capable of two-man lift It is anticipated that Increment 0 of the STUAS/Tier II system will enter an abbreviated System Development and Demonstration (SDD) phase in FY08 with an Initial Operational Capability (IOC) in FY10. Forty to eighty Increment 0 systems are anticipated. A complete training package and Original Equipment Manufacturer (OEM) logistics support is required at time of IOC. Contractors performing work on this effort will be required to have a SECRET security clearance. Subsequent increments that incorporate additional program requirements, may require additional development and testing, and will be achieved through separate solicitation efforts. The Government is interested in available Commercial-Off-The-Shelf (COTS)/Non Developmental Item (NDI) approaches to Increment 0 requirements in order to expediently support Operation Enduring Freedom (OEF), Operation Iraqi Freedom (OIF) and the global war on terrorism. Please include information (including estimated costs) addressing the following in your response: (1) Availability of a Heavy Fuel Engine a. Time to Develop b. Projected Availability c. Performance Characteristics vs. Gas Engine (2) System and Component Characteristics a. Air Vehicle b. Ground Control Station (GCS) c. Antennas d. Data Link e. Available Payloads (with Respective Weight, Volume, and Power Requirements) f. Launch and Recovery Equipment g. Air Space Deconfliction (See & Avoid/Seek & Avoid Technology) h. Plug & Play/Modularity (3) Availability of Communications Relay a. Size, Weight, and Power b. Frequency Capabilities c. Number of Simultaneous Link d. Information Security (4) Shipboard a. Compatibility b. Launch and Recovery c. Logistics and System Footprint d. Electromagnetic Interference (EMI) Considerations e. Corrosion Prevention & Control (5) HMMWV Mobility a. Compatibility with Two HMMWVs or Less b. Launch and Recovery Requirements c. Logistics and System Footprint d. Ability to Operate and Maintain in Adverse Environmental Conditions (e.g. Body Armor, Cold Weather Gear, MOPP Gear) (6) Payload Imagery a. National Imagery Interpretation Rating Scale (NIIRS) (Day/Night) b. IR Sensitivity c. Video Frame Rate d. Zoom/Field of View Capability e. Tracking Capability f. Payload Autonomy g. Target, Location, Error (TLE) h. Stabilization Methodology (7) Supportability Planning a. System Set Up Time/Tear Down Time b. System Reliability & Maintainability c. Manpower Requirements d. Transportability e. Footprint f. Current Production Capability & Surge g. Sparing Rational h. Identify Hazardous Materials i. Operators/Maintainers Training Package (8) Ground Control Station a. Interface & Standards Compliance (STANAG 4586 & Tactical Control Data Link (TCDL)) b. Software Proprietary c. Operating System d. Source Lines of Code e. Night Vision Device (NVD) Compatibility (9) Remote Receive Station a. Compatibility with Existing Systems (Receive) b. Size c. Power Requirements (10) Information Assurance (IA) Considerations a. Encryption Requirements b. Certification and Accreditation Contract Type: Exact contract type is undetermined at this time. However, consideration will be given to the scope, predictability, variability, and risk associated with the work to be performed. Contract incentives will be targeted to motivate specific contractor performance, which supports short- and long-term Warfighter objectives. Industry is reminded that the Navy discourages exclusive teaming arrangements that inhibit competition (NAVAIR 5252.215-9505 Exclusive Teaming Arrangements that Inhibit Competition (NAVAIR)(Oct 2005) can be found at this website http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm). Additionally, the Increment 0 contract will require and incentivize the contractor to actively look for opportunities to engage small, small disadvantaged, women owned, veteran owned, and HUB zoned businesses, along with Historically Black Colleges and Universities in performing work under the contract. Responses: Companies responding to this RFI should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZone small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company?s name, street address, point of contact with phone number and email address, and company web page URL. Limit your responses to 25 slides and 50 double-spaced printed pages, and provide one hardcopy and one CD-ROM in Microsoft Office format. If including proprietary information in the response, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require the Government to facilitate the execution of information exchange agreements with any contractors providing advisory and assistance services to the Government who may have access to this proprietary information. Responses will not be returned. All responses must be unclassified. E-mailed submissions will not be accepted by NAVAIR. The Government will not reimburse any preparation costs. Interested parties responding in writing to this RFI may request an opportunity to provide a presentation on their Increment 0 approach. The presentation will be limited to one hour and 15 minutes; 45 minutes for presentation and 30 minutes for questions. Government shall contact respondents to schedule the requested presentation at a mutually convenient time after submission review. At any time after receipt of RFI responses, the Government reserves the right to contact respondents for further discussion and/or clarification of the submittal. Responding parties should submit the above requested data by close of business 5 January 2007 to: Naval Air Systems Command Attn: Ms. Kelly Chism, Room 256 47123 Buse Rd, Bldg 2272 Patuxent River, MD 20670-1547 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. Contractual questions or comments may be addressed to Mr. Michael McLoughlin at 301-757-5898, email Michael.mcloughlin@navy.mil. Technical questions or comments may be addressed in writing to Mr. Brad Johnson (email Bradley.johnson@navy.mil.) Point of Contact Michael McLoughlin, Contracting Officer, Phone 301-757-5898, Fax 301-757-5955, Email Michael.mcloughlin@navy.mil Kelly Chism, Contracting Specialist, Phone 301-757-5896, Fax 301-757-5955, Email Kelly.chism@navy.mil
- Place of Performance
- Address: TBD
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01185848-W 20061124/061122220902 (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 |