Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOURCES SOUGHT

A -- Request For Information: Counter Unmanned Aerial System Capability

Notice Date
2/20/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-14-R-0086
 
Response Due
4/1/2014
 
Archive Date
5/1/2014
 
Point of Contact
Miroslaw Chodaba, 256-876-2105
 
E-Mail Address
ACC-RSA - (Missile)
(miroslaw.chodaba@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 quote mark proposal quote mark and quote mark offeror quote mark 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 acquiring information on Counter Unmanned Aerial System Capabilities. Pursuant to FAR 15.2, this notice is being issued as a Request for Information. Any questions concerning this posting should be sent to the Contracts POC: Mr. Miroslaw Chodaba, US Army Contracting Command-Redstone, CCAM-RDB, Redstone Arsenal, AL via email at Miroslaw.Chodaba@us.army.mil. (ALL WHITE PAPERS AND ANY CLASSIFIED INFORMATION ARE NOT TO BE SUBMITTED TO THE CONTRACTING OFFICE. ALL CLASSIFIED INFORMATION MUST BE MARKED ACCORDINGLY AND SUBMITTED DIRECTLY TO THE POINT OF CONTACT IDENTIFIED FOR CLASSIFIED INFORMATION IN THIS NOTICE.) This is a REQUEST FOR INFORMATION (RFI). The US Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is currently conducting market research only. No award is intended as a result of this synopsis nor does the Government intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. RFI Responses will only be accepted from United States Companies and Organizations. Foreign Participation is not authorized for this effort. AMRDEC is interested in obtaining US domestic sources of information to serve as a market survey to aid in programmatic planning for advanced technology development and demonstration for an affordable Counter Unmanned Aerial System (CUAS) material solution. The objective of this process is to assess current capabilities within the US defense industrial base, particularly as they relate to CUAS capability. As a result of issuing this RFI, the Government expects to receive technical data describing the proposed concept and innovative methodology information to assist in programmatic planning. This information will be used to: (1) Determine the ability of current and near term emerging technology to support a CUAS capability; (2) Identify feasible system concept alternatives; (3) Determine the approximate/relative cost information (given complexity) for each proposed concept and (4) Determine the estimated performance characteristics, goals, and/or projections associated with each proposed concept. US FORCES will be increasingly threatened by reconnaissance and armed Unmanned Aerial Vehicles (UAVs) in the near and far future. These threats can be employed against all echelons of US FORCES. These threats do or may employ a variety of sensors and operate at a variety of tactical levels. These levels include micro sized to large UAVs and operate with varying altitude and speed. All levels of detection, decision, and defeat should be considered when developing and proposing a capability. Two distinct areas have emerged that should be considered in the development of any potential solutions. These areas are: 1) Brigade and Higher and 2) Below the Brigade (aka the Tactical Edge). These two areas are currently separated by available network connectivity and situational awareness differences as well as available skill sets (Military Occupational Specialties - MOSs). This separation may be geographically, conflict, or technologically induced. Due to the sometimes isolated nature of the Tactical Edge, this level of employment is considered analogous to many potential homeland CONUS applications (both in the size of the area of operation and the temporary/mobile/adhoc nature of these areas). Network connectivity allows for detection of potential threat, classification of unknown threats (friendly or unknown or hostile) and coordination (for engagement) with US Joint and Coalition Forces (ground and air). Each of these components should be considered when developing a potential solution. Engagement options should consider the echelon of employment, air and ground coordination measures, prevention of civilian casualties, fratricide, cost per engagement, and the number of engagements possible in a surge application. Both kinetic and non-kinetic options should be considered. Finally, all domains of Doctrine, Organization, Training, Materiel, Leadership, Personnel, and Facilities (DOTMLPF) should be considered. The materiel and non-materiel solutions should consider threshold capabilities that can be employed and potentially added to later, as well as how the solution fits into the existing Organizational structure of US FORCES. Items to consider are: What level/echelon employs its use; what MOS is trained to use it (or must be trained); who controls its use and how flexible can the control be; how is Leader confidence ensured while speed and accuracy of service maintained; and the overall cost/impact (across the DOTMLPF Spectrum) to employ and maintain. White Paper Submissions: Interested and capable sources are asked to submit a white paper addressing the above areas of interest. Submissions should focus on information concerning available, emerging, and/or required CUAS technologies. The white paper responses shall be written from a system solution perspective, showing how various proposed concepts would be integrated into a CUAS materiel solution, and with consideration given to how that solution would exist in a typical military operating environment. The response shall focus on detection, deciding, and defeating/engagement of the UAS threat. Both kinetic and non-kinetic solutions are encouraged and should cover both CONUS and OCONUS applications. It shall address all related DOTMLPF domain issues as well as providing leader confidence, timelines to threat servicing, and how proposed solution will fit with current Echelons. The white paper should include the following: (1) A brief description of the threat/gap being addressed and a conceptual CUAS capability, including major subsystems and associated components; (2) An overall feasibility assessment of the conceptual CUAS capability, including a high-level risk assessment for the conceptual CUAS capability that articulates the respondents understanding of associated risks, and an estimate of Technology Readiness Levels (TRLs) of major subsystems, components, and the system as a whole; (3) A discussion of potential Concept of Operations (CONOPS) resulting from implementation of the CUAS concept; (4) A candidate high-level implementation roadmap that includes transition points; (5) CUAS cost and/or complexity drivers; (6) A brief description of any projects that the respondent's company is or has been involved in that are similar in concept to what that company is proposing for this request, including any relevant lessons learned; and (7) Any additional materials that are deemed appropriate by the respondent. This RFI will culminate in a two day workshop conducted 30 April 2014 through 1 May 2014. The first day will consist of briefing by some of the various Government participants and will focus on the need/requirements/capability gaps/CONOPS/etc and current relevant activities related to CUAS capability. The second day will consist of presentations to the Government by invited responders. In order to gain the most information from a particular responder and allow open exchange of questions and ideas, no other responder will be present during a fellow responder's presentation. The Government's presentation on 30 April will be at the SECRET classified level and will be conducted in the Bob Jones Auditorium of the Sparkman Center, Redstone Arsenal, AL. All Respondents are invited to attend the Government presentation. Information on how to submit security clearance information and visit requests will be provided to those responders invited to participate in the two day workshop by COB 15 April 2014. Based on the responses, AMRDEC, solely at its discretion, may request unfunded, follow on, face-to-face briefings. This presentation is in addition to the written response and is optional for each invited Responder. The date for the responder presentation is 1 May 2014. The location for the presentation is the Bob Jones Auditorium of the Sparkman Center, Redstone Arsenal Alabama. Only Government personnel will be present during a given Responder's presentation. The assessment criteria used to evaluate the information received in response to this RFI will be: a) How the approach aligns with current/evolving threats b) How the approach aligns with newly developed CONOPS c) How the total implementation effects each domain area of Doctrine, Organization, Training, Materiel, Leadership, Personnel, and Facilities (DOTMLPF) d) How the approach can be implemented in the near term but has growth potential for mid and far future applications As a condition of responding to this RFI, it is a requirement that the responder have an approved facility for storing and processing classified information. Only US based and owned companies are eligible to respond. Foreign participation is not authorized for this effort. Interested parties should submit white papers not to exceed 10 pages, with one inch margins, and no smaller than 12 pt Times New Roman or Courier New font in Microsoft Word format. Responses may also include a quad chart in addition to the white paper containing any pictures or representations, prospective uses and/or applications, a technical description, purpose, payoff and any other relevant information the Respondent wants to share. Responses shall include only one concept per submittal, but multiple submittals are permitted. The Government requests that the Respondents deliver one hard copy and one electronic soft copy on CD or DVD to the POC below in Microsoft Word or PDF format No Later Than (NLT) 1500 hours (CST), 1 April 2014 for each submittal. All submissions should include RFI Solicitation Number W31P4Q-14-R-0086 and company CAGE code and DUNS number. All information must be in writing. Responses to this request for information may NOT be submitted via facsimile or by electronic means such as e-mail. Any so sent will be disregarded. Acknowledgement of receipt will be issued if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All responses must be submitted as described above. Unclassified responses will be received via mail. Mail unclassified responses to: US Army RDECOM Building 5400, Fowler Rd ATTN: RDMR-WDP-I / Mr. Steve Bramlett Redstone Arsenal, AL, 35898-5000 Please allow additional time (at least two days) for local delivery on the arsenal. All classified response information will be accepted by mail only; please mark it accordingly, and send it via proper channels. Classified information shall be submitted In Accordance With (IAW) NISPOM 5-401.: Outer Wrapping: U.S. Army RDECOM ATTN: RDMR-CIS / Security or Document Control Building 5400, Fowler Road Redstone Arsenal, AL, 35898-5000 Inner Wrapping shall be addressed to: U.S. Army RDECOM ATTN: RDMR-WDP-I / (Mr. Steve Bramlett) Building 5400, Fowler Road Redstone Arsenal, AL 35898 Acknowledgement of receipt will be issued. If response includes proprietary information, please mark it accordingly. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. (ALL WHITE PAPERS AND ANY CLASSIFIED INFORMATION ARE NOT TO BE SUBMITTED TO THE CONTRACTING OFFICE. ALL CLASSIFIED INFORMATION MUST BE MARKED ACCORDINGLY AND SUBMITTED DIRECTLY TO THE POINT OF CONTACT IDENTIFIED FOR CLASSIFIED INFORMATION IN THIS NOTICE.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94d4624458cac9978a69abc1ff6ccbd3)
 
Place of Performance
Address: US Army RDECOM ATTN: RDMR-WDP-I, Building 5400, Fowler Road Redstone Arsenal AL
Zip Code: 35898-5000
 
Record
SN03292147-W 20140222/140220234406-94d4624458cac9978a69abc1ff6ccbd3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.