SOURCES SOUGHT
V -- Cargo UAS Services
- Notice Date
- 8/14/2009
- Notice Type
- Sources Sought
- NAICS
- 481112
— Scheduled Freight Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- PMA-266-Cargo-UAS-Services
- Archive Date
- 9/29/2009
- Point of Contact
- Michael Mcloughlin,
- E-Mail Address
-
Michael.Mcloughlin@navy.mil
(Michael.Mcloughlin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is market research being conducted by Navy and Marine Corps Multi-Mission Tactical Unmanned Aerial Systems, (PMA-266) of the Program Executive Office for Unmanned Aviation and Strike Weapons [PEO (U&W)] to support ongoing acquisition planning efforts. The United States Marine Corps has a Needs Statement for an Unmanned Aerial System to support deployed operational units. This system is intended for use in remote areas as a means to augment traditional means of logistics in support of forward operating bases, (FOB). NAVAIR is considering a competitive solicitation for the limited fielding of a Cargo UAS system as either a contractor owned, contractor operated, or government owned, contractor operated services contract. The target fielding date is late Q4FY10. The desired system would be able to support 10,000 pounds (threshold), 20,000 pounds (objective) of cargo over a 24 hour period. The system is expected to meet this operational requirement seven days a week while deployed. A portion of the weekly flights, may be conducted when the risk to loosing a manned helicopter to hostile fire is high. The anticipated period of performance for contract(s) would cover a minimum of six months to a maximum of 12 months. Contractors can expect to be embedded with Marine Corps Expeditionary units. The Government shall provide to contractor personnel deployed in the Theater of Operations the equivalent field living conditions, quarters, subsistence, sanitary facilities, mail delivery, laundry service, emergency notification, and other available support afforded to Government personnel and military personnel in the theater of operations. The Contractor will have access to purchase fuel and other expendables, otherwise the contractor needs to provide all logistics for their system. The following additional systems capabilities and information are desired; (1) Operate autonomously, beyond line-of-sight, (BLOS), (2) capable of command and control with remote terminal control capability at a site BLOS from the original launch site, (3) terminal control cargo delivery accuracy within ten meters, (4) cargo lift operations at a 12,000 ft DA, (5) 150 nautical mile round-trip range, (6) ability to launch from a FOB or unimproved road, (7) integrate with existing airspace control agencies at deployed locations, (8) command and control frequencies (RF) must be compatible with deployed location RF spectrum requirements, (9) contractor will be required to operate and maintain the system, (10) Marines shall be able to interface with the system regarding airspace integration, logistics, packing, loading and unloading, (11) capable of material retrograde from FOB, (12) operate in all-weather conditions, comparable to Marine Corps CH-47, (13) operate at night with overt and covert lighting, (14) capability of en-route re-programming to alter delivery points, (15) capable of carrying a standard pallet sized load without special loading or material handling equipment, (15) Prior to theater operations, the contractor shall coordinate with the USCENTCOM Spectrum Manager for all frequency requirements, (16) Be able to launch the Cargo UAS within 45 minutes of receiving tasking from the Marine Corps, (17) The air vehicle shall be capable of being launched and recovered without the use of a standard landing zone in an area no larger than 50 x 50 meters, (18) Launching and recovery of the air vehicle shall require no Government Furnished Equipment (GFE). The contractor shall provide all equipment required to perform these services. Identify any GFE required for ground handling the system, (19) Identify power requirements for the air vehicle, ground control stations, support equipment, logistics, and elements needed to meet requirements To support the development of the Navy’s acquisition approach, potential contractors are requested to submit a white paper that covers; •Price analysis to field a system as a services contract, (Rough Order of Magnitude), meeting the requirements listed above and including, but not limited to the following: (Data should be substantiated or assumptions noted) oNon-Recurring Costs for Hardware/Software Design, Build and Test as well as the SEPM and support associated with these efforts. oManning (Number of people required). Breaking out direct effort and supporting engineering and program management. Costs for this personnel profile should be included. oPrice to field and support personnel. oPrice to train, travel, insurance, etc. oPrice for system hardware (air vehicle, ground control stations, support equipment, logistics, and elements needed to meet requirements). Recurring Costs for Hardware/Software of Air Vehicle, Ground Control Stations, and Support Equipment (broken out separately) oAnticipated system attrition rates. oProvide monthly progress reports and reviews. oPotential price by flight hours or pounds of cargo delivered. oContracting costs and target profit based on both a 6 and 12 month Services contract. •Schedule to field the system described above using the fielding dates provided. Please include necessary program milestones and most probable dates to have a functioning system fielded to include, but not limited to: oDiscrete tasks between contract and fielding. THIS IS NOT A REQUEST FOR PROPOSAL. THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. THIS RFI IS NOT A COMMITMENT BY THE GOVERNMENT TO ISSUE AN RFP OR AWARD A CONTRACT. Please provide correspondence and other documentation to the following address: Department of the Navy, Naval Air Systems Command, ATTN: Michael Mcloughlin 47123 Buse Road, Building 2272, rm 256 Patuxent River, MD 20670 Point of Contact Questions or comments regarding this synopsis may be addressed to the Technical Point of Contact, Eric Pratson, PMA-266, Phone 301-757-0432, Fax 301-757-5840, Email eric.pratson@navy.mil or Michael McLoughlin, Contracting Officer, Phone (301) 757-5898, Fax (301) 757-5955, Email michael.mcloughlin@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/PMA-266-Cargo-UAS-Services/listing.html)
- Place of Performance
- Address: Address: 22707 Cedar Point Road, Bldg 3261 Patuxent River, MD, Postal Code: 20670, Country: United States, United States
- Record
- SN01912525-W 20090816/090815002616-620ff040cc2f9e9444faf7bd3e5493a5 (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 |