SOURCES SOUGHT
A -- REQUEST FOR INFORMATION (RFI) FOR COUNTER UNMANNED AERIAL SYSTEM INTERCEPT - MARKET SURVEY TO SUPPORT ARMY PROJECT MANAGER CRUISE MISSILE DEFENSE SYSTEMS (CMDS)
- Notice Date
- 7/12/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-11-R-0204
- Response Due
- 8/5/2011
- Archive Date
- 10/4/2011
- Point of Contact
- Lisa Duncan, 256-842-7408
- E-Mail Address
-
ACC-RSA - (Missile)
(lisa.d.duncan@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997): (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation; (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal; (c) This solicitation is issued for the purpose of conducting a market survey for an affordable Counter UAS Interceptor. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the U.S. Army, desires to obtain information on an affordable Counter Unmanned Aerial System (CUAS) Interceptor that provides protection against a primary threat set of tactical UAS, a secondary threat set of Cruise Missiles (CMs) and/or Rockets, Artillery, Mortars (RAM). The interceptor should be capable of integrating with the current DoD Joint Force Structure with little or no modification to current assets. Pursuant to FAR 15.2 this notice is being issued as a Request for Information. In accordance with FAR 15.201 (e.), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No award is intended as a result of this RFI. The Government will not pay for information received in response to this request. OVERVIEW: The US Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is currently conducting a market survey of concepts which are capable of defeating tactical UASs at sufficient range. It is desired that the interceptor concept provide a secondary capability to protect against effects from CMs and/or RAM threats. Innovative lethal and non-lethal concepts with the ability to defeat the threat are welcome. AMRDEC is interested in receiving information on affordable interceptors or intercept capability that can be quickly implemented and fielded at a reasonable cost and can integrate with the current Joint Force Structure with little or no modification to the current Force Structure assets. The integrated system maturity, interceptor plus Force Structure assets, should support fielding at no less than Technology Readiness Level (TRL) 8 within two years of initiation of the program. Information on definition of TRL is provided in Annex 12. The key goals for the CUAS interceptor are affordability and timely delivery of the system to the Warfighter. Our interest lies in an interceptor with a desired production price of less than $100,000 (FY11 dollars) with a not to exceed (NTE) price of $150,000. For missile solution options, a procurement rate of 1,000 missiles per year may be assumed; total initial procurement would be 10,000 missiles. Average Unit Production Cost should be considered the primary driver. All other options (i.e., directed energy, unmanned aerial vehicle hunter-killer, etc) are encouraged and will be considered. Information on cost element definitions is provided in Annex 13. The following are additional attributes being sought for interceptor concepts. INTERCEPTOR CONCEPT: The focus of this RFI is on receipt of information for affordable interceptor concepts which are able to integrate with the current Joint Force Structure with little or no modification to the Force Structure assets. Desired are ideas for interceptors capable of defeating the most likely UAS threat in all types of weather. Intercept should occur at ranges sufficient to prevent UAS surveillance of protected assets. A confidence level of greater than 0.90 should be achievable. Interceptor methods may employ lethal or non-lethal methods to defeat the threat. A secondary capability to defeat CMs and/or RAM threats is desired. Collateral damage shall be minimized. Insensitive Munition (IM) compliance is desired, but not required for an initial capability. Information on threats of interest is provided in Annex 8 and may obtained as instructed within this RFI. The interceptor concept shall be able to field demonstrate capability in its final tactical configuration within 24 months from program initiation. Multiple Government Furnished Equipment (GFE) subsystem components may be employed by offerors if desired. AFFORDABILITY: A key focus of this effort is to deliver an affordable interceptor to our Warfighters in a timely manner that demonstrates effectiveness against tactical UASs. Our interest lies in an interceptor or intercept capability with a production unit cost not to exceed $150,000 (FY11 dollars) with a desired production unit cost of less than $100,000. For missile options, a procurement rate of 1000 units per year may be assumed. Average Unit Production Cost will be considered a significant performance parameter. FORCE STRUCTURE INTEGRATION: The interceptor concepts shall be able to integrate with the current Joint Force Structure with little or no modification to the Force Structure assets. It is assumed that interceptor concepts will require integration with, but may not be limited to integration with, the following Force Structure elements: launcher; Fire Control Sensor (FCS); Tactical Fire Control (TFC); Battle Management, Command, Control, Communications, Computers and Intelligence (BMC4I). Concepts should address the specifics of each component: launcher, interceptor, fire control sensor and control system. Examples of current Force Structure elements include but are not limited to the following: Avenger turret platform (desired but not required), HIMARS or MLRS launcher, or other ground or aerial launcher; Improved SENTINEL or other Joint radar asset with equivalent Non Cooperative Target Recognition (NCTR) capability; FAAD C2I. Concepts may incorporate other Joint Force Structure assets if desired. Information on a selected radar is provided in Annex 10 and may be obtained as instructed within this RFI. Though all ideas are welcome, Rules of Engagement (ROE) for UAS threat should be considered when formulating the integrated system concept including use of current Force Structure assets. The Standing ROE for engagement of UAS threats is provided in Annex 9 and is available per instructions provided within this RFI. KEY PARAMETER SUMMARY: Respondents should present their best candidate solution to this requirement. In this process, present the candidate system that can engage the composite threat matrix, meet the cost targets, and discuss any tradeoffs in performance required to meet these cost targets. A summary of the desired interceptor requirements is provided below: (1) Cost: Less than $100k desired but NTE $150k with a production quantity of 1,000 units per year over an expected procurement of 10,000 interceptors; (2) Intercept Range: Sufficient to defeat most likely UAS threat (required); Sufficient to defeat CM and/or RAM threats (desired); (3) Defeat of most likely UAS threat with confidence level of greater than or equal to 90 percent; (4) Crew survivable platform (desired but not required); (5) Command Destruct (desired but not required); (6) Insensitive Munition (IM) Compliant (desired but not required); (7) Uses Existing Avenger turret platform (desired but not required); (8) Uses Existing NCTR-capable Joint Radar Assets; (9) Uses Existing Battle Command Architectures; (10) Requires little or no modification to Existing Force Structure Assets; (11) Minimizes impact on Existing Force Structure. KEY ITEMS OF INTEREST UPON REVIEW: (1) Expected performance capabilities & limitations; (2) Cost (development, integration and procurement); (3) Schedule; (4) System complexity and ability to integrate within existing battle command architectures; (5) Technical maturity and schedule risk of the integrated concept and system elements; (6) Extent to which existing equipment, capabilities and hardware are used. ACQUISITION TIMELINE AND APPROACH: It is intended that fielding of the capability begin within 24 months from initial contract award. Multiple contracts may be issued for a competitive system level demonstration of capabilities. Multiple Government Furnished Equipment (GFE) may be employed by potential offerors such as interceptor subsystem components, Improved SENTINEL radar, launcher platform, etc. RESPONSE INSTRUCTIONS: The objective of this process is to provide the Government sufficiently detailed information to better understand current and viable future prototype products and technologies within the United States government and industrial base which are capable of achieving the characteristics listed under KEY PERFORMANCE SUMMARY. The submittals will be reviewed by Government personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to Government Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The Government reserves the right to request further clarification or request presentations to enhance our understanding of the respondent's submittal. After completion of government independent assessment, respondents will be provided a concise summary of assessment results. Material from respondent submittals, with the exception of identified proprietary information, may be incorporated into future solicitations. Submittals that fail to comply with the instructions may not be reviewed. Multiple concepts may be submitted. NO FOREIGN PARTICIPATION IS ALLOWED. U.S. CITIZENS ONLY. A complete response to this RFI shall consist of the items described below; whitepaper, briefing, Annexes 1 through 6. Respondents shall provide a separate, complete, stand-alone package consisting of these items for each concept submitted. In describing the interceptor and overall integrated system concept, the respondent shall clearly articulate how current Force Structure assets will be used and how they will integrate with the interceptor to include software, hardware, and operational details. Assumptions regarding software, hardware, or operational modifications to any current asset must be clearly described. An estimate of the scale of new software and hardware development to be performed on current Force Structure assets shall be provided along with an estimated cost to perform these modifications. Interceptor concepts requiring integration with radar assets shall provide information on seeker hand-over volume capabilities for each threat. Respondent shall articulate the launcher capability, performance impacts, and costs associated with integration and use of those platforms. Cost information may be submitted in contractor format. The proposed concept shall identify key components and the associated cost. Concepts shall identify their pedigree and describe any previous fielding or other uses. Candidate systems that have successfully demonstrated in a similar application or those that will be able to demonstrate, to a minimum, TRL8 by within two years of program initiation/contract award are desired. For any candidate system not yet demonstrated in a similar application, the response shall identify ongoing efforts that will further mature the system. The respondents should reference the classification guide found in Annex 7 in determining classification of prepared responses. If an interceptor or integrated system concept incorporates an existing asset or components of existing assets in full or in part, the respondent shall reference the appropriate classification guidelines governing those items. WHITEPAPER RESPONSE: For each concept submitted, responses shall include a whitepaper of no more than 25 pages describing a CUAS intercept capability and limitations for defeating by lethal and/or non-lethal means the most likely threat (required), its integration and operation with the current Force Structure, and a summary level of its development cost and schedule along with estimated production costs. Additionally, expected performance capabilities and limitation for CM and RAM threats should be identified. Whitepapers should be concise yet contain enough detail to fully describe the CUAS concept, allowing the paper to stand-alone when separated from the companion detailed technical briefing and annex data. Whitepapers shall be submitted in Microsoft Word 2003 or 2007 format. Whitepaper submittals must be received no later than 5:00pm or 1700 CST on 05 August 2011. Please note that although the interested parties are required to submit whitepapers by 5 August 2011, Annex 1 through 6 submittals shall be submitted along with the detailed technical briefing and shall be received no later than COB (1700) 9 September 2011 to be considered. Annexes will only be provided upon written request and are contingent upon security approval as stated in the announcement. You may forward unclassified responses to US Army, AMCOM, RDMR-WDS-S, Redstone Arsenal, AL, 35898-5000, ATTN: Mr Bill Nourse or the following e-mail address Bill.Nourse@us.army.mil. Classified information will be accepted by mail only; please mark it accordingly, and send it via proper channels. Classified information can be sent to RDMR-WDS-S, Redstone Arsenal, AL, 35898-5000. The inner wrapping shall be addressed to: ATTN: RMDR-WDS-S/ Mr. Bill Nourse. Respondents should provide both a hard copy and an electronic copy of their responses. Acknowledgement of receipt will be issued. If you have general questions regarding this RFI please contact the Contracts Point of Contact (POC): CCAM-RD-B/Ms. Lisa Duncan, US Army Contracting Command- Redstone, Redstone Arsenal, AL 35898 via email at lisa.d.duncan@us.army.mil. All questions must be submitted in writing and reference the RFI number. Telephone requests for addition information will not be honored. INSTRUCTION FOR REQUESTING ANNEXES: As a condition of responding to this RFI, it is a requirement that potential responders possess the means to properly store and handle information and hardware classified at the SECRET//NOFORN level. Only US based and owned companies are eligible to respond. Interested responders must request classified AMRDEC Annexes in writing or via e-mail. Telephone requests for additional information will not be honored. Initial RFI responses are to be received within 12 calendar days of the date of this notice. Initial responses should be submitted to the contracts POC: Lisa Duncan at lisa.d.duncan@us.army.mil, US Army Contracting Command - Redstone, CCAM-RD-RB, Redstone Arsenal, AL 35898 (PLEASE NOTE: NO CLASSIFIED INFORMATION IS TO BE SUBMITTED TO THE CONTRACTING OFFICE, ALL CLASSIFIED INFORMATION MUST BE MARKED ACCORDINLGLY AND SUBMITTED DIRECTLY TO THE POINT OF CONTACT IDENTIFIED ABOVE). Initial requests must include: company name, Company and Government Entity (CAGE) Code, classified mailing address, and appropriate point of contact information. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. LIST OF ANNEXES (AVAILABLE UPON REQUEST ONLY- Contact Mr Bill Nourse via email at Bill.Nourse@us.army.mil): (1) Interceptor Characteristics - Requested Information; (2) Interceptor Radio Frequency (RF) Seeker Parameters - Requested Information; (3) Interceptor Infrared (IR) Seeker Parameters - Requested Information; (4) Directed Energy System Parameters - Requested Information; (5) Lethality Characteristics - Requested Information; (6) Affordability Characteristics - Requested Information; (7) Security Classification Guide; (8) Representative Threat Characteristics (Classified SECRET//NOFORN); (9) Standing Rules of Engagement for UAS (Classified SECRET); (10) Representative Fielded Radar Characteristics (Classified SECRET IAW limitations of ITAR and Arms Export Control Act restrictions.); (11) MRL Definition; (12) TRL Definition; (13) Cost Definition DETAILED TECHNICAL BRIEFING: For each concept submitted, responses shall include a detailed technical briefing of no more than 100 charts describing CUAS interceptor capable of defeating by lethal and/or non-lethal means the most likely threat (required) and its integration and operation with the current Force Structure. If multiple concepts are submitted, up to 100 charts are allowed for each concept submitted. Additional information describing capabilities to counter the most stressing UAS, CMs and/or RAM threats, may be submitted but is limited to 15 pages, each. Information describing additional capability and limitations provided by the concept which is beyond that to defeat UAS, CM, or RAM threats may be submitted but shall not exceed 10 pages, total. This additional information will not be included in the 100 page count. Briefings shall be submitted along with Annexes 1 through 6. Briefings and annexes must be received no later than COB (1700) 9 September 2011. DETAILED TECHNICAL DATA - ANNEX RESPONSES: For each concept submitted, respondents are requested to provide information listed in Annexes 1, 2, 3, 4, 5, and 6. Information requested in Annexes 1 through 6 will not be included in the overall page count of either the whitepaper or briefing. For each concept submitted, respondents are requested to provide interceptor modeling information listed in Annex 1 to support independent government performance analysis. If Annex 1 is not applicable to the submitted concept, the respondent shall indicate such at the top of the questionnaire and return. For each concept submitted, respondents are requested to provide information listed in Annex 2 for interceptor concepts equipped with Radio Frequency (RF) sensors. If Annex 2 is not applicable to the submitted concept, the respondent shall indicate such at the top of the questionnaire and return. For each concept submitted, respondents are requested to provide information listed in Annex 3 for interceptor concepts equipped with Electro Optic (EO) / Infrared (IR) sensors. If Annex 3 is not applicable to the submitted concept, the respondent shall indicate such at the top of the questionnaire and return. For each concept submitted, respondents are requested to provide information listed in Annex 4 for applicable concepts providing Directed Energy (DE) capability. If Annex 4 is not applicable to the submitted concept, the respondent shall indicate such at the top of the questionnaire and return. For each concept submitted, respondents are requested to provide information listed in Annex 5 to support independent government lethality analysis. For each concept submitted, respondents are requested to provide information listed in Annex 6 to support independent government cost analysis. Interceptor development and integration costs, schedule, and TRL maturity path should be provided to include development costs, integration cost and cost per interceptor AUPC for quantities of 1,000 and 10,000. Manufacturing readiness levels (MRL) should also be provided. Information on MRL definition is provided in Annex 11. Cost breakout is requested in constant FY 2011 dollars. Include life cycle cost considerations assuming a shelf life of 10 years. This will enable reviewers to help determine concept viability in terms of affordability. Additionally, the anticipated cost for the theoretical first unit (T1) should be provided. Relevant assumptions to include the learning curve used to achieve this average unit manufacturing cost should be provided. Respondents shall provide a cost and schedule estimate for the demonstration effort to include full scale demonstrations of the proposed integrated system. Annex 1 through 6 submittals shall be submitted along with the detailed technical briefing. Annexes and briefings shall be received no later than COB (1700) 9 September 2011. In the event you have difficulty reading this RFI, please contact Lisa D. Duncan via email at lisa.d.duncan@us.army.mil for a copy of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4aaeca076c4f58d4295b9a1aba364a9d)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02495640-W 20110714/110712234504-4aaeca076c4f58d4295b9a1aba364a9d (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 |