Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2019 FBO #6521
SOURCES SOUGHT

15 -- Request for White Papers (RFWP)

Notice Date
10/1/2019
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
ACI-OTA-19-0005
 
Point of Contact
Linda Sasser, Phone: (603) 458-5529
 
E-Mail Address
lsasser@sossecinc.com
(lsasser@sossecinc.com)
 
Small Business Set-Aside
N/A
 
Description
Anticipated Individual Awards : Single Award is anticipated. However, the Government reserves the right to make multiple awards if it is in the Government's best interests. Types of Instruments that May be Awarded : Firm Fixed Price project level agreement. ELIGIBILITY INFORMATION : Participation in this RFPP, and to receive an award under this PA, will require a membership in the SOSSEC Consortium. SOSSEC, Inc. is the Open Systems Acquisition Initiative (OSAI) awardee/recipient. Joining the SOSSEC Consortium is a very quick process. New members will be asked to review the Consortium membership agreement and pay a membership fee. The AF OTA is an Agreement between the Government (AFRL/RI) and SOSSEC, Inc. SOSSEC, Inc. acts as a mentor and intermediary, supporting companies that bid solutions. For further information about SOSSEC or how to join, please contact Linda Sasser, (603) 458-5529, lsasser@sossecinc.com. NOTE : The below paragraphs are only excerpts from the full Project Announcement. For the full Project Announcement, please contact Linda Sasser, SOSSEC, Inc, (603)458-5529, lsasser@sossecinc.com. INTRODUCTION : This Project Announcement (PA) is a two-step closed project announcement. This announcement is being issued to solicit whitepapers only at this time. The purpose of Step 1 whitepaper submissions is to identify potential project-level performers that may have promising technologies or approaches relative to the notional mission described below. Following government evaluation of the whitepaper submissions, the offerors that describe the most promising prototype solutions will be asked to submit proposals against a Step 2 request for proposals. Upon receipt, the government will evaluate those proposals through a scientific review process in accordance with the Evaluation Criteria to determine which proposals represent the best value to the Government and should be awarded. OVERVIEW : The government seeks a fieldable, directed energy (DE) based counter unmanned aircraft system (CUAS) for the purpose of area defense against group 1 and group 2 class unmanned aircraft systems (UAS) and other airborne threats. Both high energy laser (HEL) and high-powered microwave (HPM) based CUAS systems are considered potential solutions. The overarching government objective is to prototype near production representative, cost-effective DE system(s), integratable with current military battle management systems, that will provide detect, track, identify, and hard kill capability in a range of combat environments. Prototype system(s) will be ops and field tested to inform future production and program of record considerations. BACKGROUND : The 2017 USAF Directed Energy Weapons Flight Plan, signed by the SECAF and CSAF, supports operationalization of DE weapons. Additionally, previous Joint Urgent Operational Needs, Joint Emergent Operational Needs, and a 2018 HQ Air Force Materiel Command Capability Based Assessment, have described a pressing need to enhance military CUAS capabilities. Following an Air Force sponsored campaign of experiments examining the use of DE for CUAS, AFLCMC is conducting follow-on prototyping efforts and evaluating the potential fieldability of DE C-UAS systems. Depending on the needs of the Air Force, the government anticipates that a follow-on production contract or agreement may be awarded to the vendor(s) for this effort without the use of competitive procedures if the systems procured in this transaction are deemed operationally effective and suitable by the Air Force based on criteria and parameters of interest outlined in this document. REQUIREMENTS : The following capabilities/attributes are considered essential technical requirements which must be met for the prototype to be considered successful: 1. Capable of conducting operations from semi-prepared surfaces (dirt, grass, gravel, etc.) and/or mobile platforms 2. Capable of operating without ground support (other than supplied power) 3. System must maintain a continual (100% standby) defensive posture. Systems must be capable of sustaining an overall eighty percent (80%) Fully Mission Capable (FMC) rate under Instrument Meteorological Conditions (IMC), in a temperature range from 0-degrees to 50-degrees Celsius. 4. Capable of detection, identification, targeting, and/or tracking group 1 and group 2 UAS systems from a distance of 10 km threshold, engaging group 1 and group 2 UAS systems from a distance of 1 km threshold, and destroying group 1 and group 2 UAS systems from a distance of 500 m threshold 5. Capable of eliminating UAS systems at a rate of at least 5 per minute 6. Capable of being employed by an operator with limited engineering or directed energy experience 7. Capable of targeting, tracking, and eliminating target sets within an upper hemispherical field of view. 8. Operationally controlled entirely by a single command and control (C2) system 9. Probability of effectiveness operator indication based on atmospheric conditions (a status indication based on atmospheric conditions for probability of effectiveness >50% and >75%) 10. Capable of performing system diagnostics and troubleshooting 11. Capable of day/night operational use. Capable of meeting acquisition requirements, U.S. Military operation use, and meeting U.S. Government releasability/exportability requirements PERIOD OF PERFORMANCE : It is the intent of the government to award agreement(s) within 90 days of Request for White Paper release if possible. The period of performance is estimated to be 24 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/ACI-OTA-19-0005/listing.html)
 
Record
SN05465302-W 20191003/191001230813-e94c3c53bf701125774dcbc6feeb424f (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.