SOURCES SOUGHT
17 -- Cargo Unmanned Aircraft Systems (Cargo UAS)
- Notice Date
- 1/6/2012
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-E005
- Response Due
- 1/17/2012
- Archive Date
- 2/16/2012
- Point of Contact
- Tyrone Worrell, Contract Specialist, 973-724-7362
- E-Mail Address
-
Tyrone Worrell
(tyrone.worrell@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) for Unmanned Cargo Systems, reference number W91QKN-12-X-E005 supersedes the previous RFI, reference number W91QKN-12-X-E002. This announcement is an RFI and is planning purposes only; it is not to be construed as a commitment by the Government. The information requested herein will be used within the Army/DoD to facilitate decision making and will not be disclosed outside the agency. This restriction does not limit the governments right to use information contained in these data if it has been obtained from another source without restriction. A contract may not be awarded as a result of this RFI. The US Army Contracting Command, Fort Dix, NJ, on behalf of U.S. Army Logistics Innovation Agency (LIA) is interested in exploring future (7-10 years out) capability concepts for Cargo Unmanned Aircraft Systems. Information gained from the future concepts presentations will be used to form the basis for future analysis and assessment of the Cargo UAS utility within the Army. Concepts shall include aerial delivery of cargo directly to the point-of-need or point-of-effect to tactical combat range of 300 nautical miles (KM) with cruising airspeeds of 250 knots or greater with vertical take-off and landing (VTOL) capability. Other attributes include: Ability to dynamically adapt to a changing environment to include metrological (rain, icing, high winds, temperature extremes).Ability to adapt to varying operational situations/conditions and ground based condition changes.Ability to successfully and safely navigate through adverse terrain and elevations needed to reach dispersed and remote locationsAbility to conduct 24 hour operationsAbility to operate safely over populated areas and in controlled airspaceAbility to carry between 5,000 and 8,000 lbs of all classes of supply to include but not limited to ammunition, water, fuel, etc. internally and externallyAbility to be interoperable with combined arms maneuver and wide area security doctrine Ability to operate takeoff/land at sea level on a standard day and to takeoff/land at 95 F, 12,000 feet Density Altitude (DA) with appropriate payloads.Ability to support multiple UAS flight management Ability to accommodate dynamic mission re-planning requirements Ability to be easily transportable and deployable across intra-theater distancesAbility to be supported by minimal ground control element located at brigade or lower echelonsAbility to accommodate networking that allows authenticated users to control multiple platformsAbility to accommodate data compression technologies that reduce bandwidth requirementsAbility to accommodate emerging or future propulsion and energy technologiesAbility to accommodate single fuel on the battlefield policies. Ability to accommodate multiple delivery sites in a single sortie. U.S. Army Logistics Innovation Agency (LIA) will host a Cargo Unmanned Aircraft Systems (Cargo UAS) day on 15 & 16 February 2012 at LMI, 2000 Corporate Ridge, McLean, Virginia 22102-7805. At this time, interested contractors who have experience, knowledge, and/or concepts concerning the development and use (concept of operations) of a Cargo UA are invited to present their concepts/ideas to Government representatives from LIA, the Army, Marine Corps, and Navy. Interested contractors should submit a short abstract (no more than 1 page) describing their companys idea/concept to LIA to determine appropriate concept applicability. An additional page with your companys contact information should be included to make the total package no more than 2 pages. Abstracts should be in Microsoft Word and emailed to Janina Plinsky, U.S. Army Logistics Innovation Agency; email: Janina.w.plinsky.civ@mail.mil, Demetrius Glass; email: Demetrius.d.glass.civ@mail.mil and Tyrone Worrell, US Army Contracting Command New Jersey (ACC NJ); email: tyrone.c.worrell.civ@mail.mil no later than (NLT) 17 January 2012. Due to the limited time available, LIA will determine which contractors presentations are applicable based on their abstract submission. Announcement of the final agenda and presentations schedule will be provided to each selected contractor NLT 27 January 2012. Final presentations must be in Microsoft Powerpoint and provided to LIA on 10 February 2012, NLT 11:59PM EST; presenters will be allotted 30 minutes (20 minutes for presentation and 10 minutes for questions and answers). If selected, your PowerPoint presentation must be submitted electronically through a secure website. Please use the AMRDEC Safe Access File Exchange (SAFE) site at https://safe.amrdec.army.mil/SAFE2/. Sign in as I do not have a CAC or this machine is not configured to read my CAC Each selected contractor will be allotted one hour for presentation, questions and answers, and discussion and comments. Contractors are responsible for all costs for submitting their capability packages. Attendance at the Cargo Unmanned Aircraft Systems (Cargo UAS) day is strictly voluntary and at each contractors expense. The government will not reimburse any costs related to contractor attendance. For questions or additional information please email Janina Plinsky at Janina.w.plinsky.civ@mail.mil or Demetrius Glass at: Demetrius.d.glass.civ@mail.mil and copy furnish Tyrone Worrell at tyrone.c.worrell.civ@mail.mil. Primary Point of Contact: Janina Plinsky, Logistics Innovation Agency, 25870 21st Street, Building 212, Fort Belvoir, VA 22060-5941, Phone: 703-805-5271 NOTE: All Contractors shall provide their size standard in accordance with NAICS code 336411. Please note that in accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under NAICS code 336411 with a size standard of 1,500 employees are encouraged to submit their capability packages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a2b4e8ac6100f4b22d535423f681d040)
- Record
- SN02650258-W 20120108/120106234558-a2b4e8ac6100f4b22d535423f681d040 (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 |