Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOURCES SOUGHT

15 -- Unmanned Aircraft System (UAS) Fixed Wing (FW) and Rotary Wing (RW)

Notice Date
5/4/2022 12:46:20 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833522RFI0224
 
Response Due
5/11/2022 2:00:00 PM
 
Point of Contact
Tim Caracciolo, Phone: 7323234643
 
E-Mail Address
timothy.j.caracciolo.civ@us.navy.mil
(timothy.j.caracciolo.civ@us.navy.mil)
 
Description
Classification Code:� 1510 Aircraft, Fixed Wing and 1520 Aircraft, Rotary Wing NAICS Code(s):� 336411 � Aircraft Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide Air Test and Evaluation Squadron TWO FOUR (UX-24) with Commercial-Off-The-Shelf (COTS) Group 1-3 Unmanned Aircraft System (UAS) Fixed Wing (FW) and Rotary Wing (RW) aircraft to be used for Counter UAS and Group 1-3 UAS developmental payload testing.� All Group 1-3 UAS are to be designed, manufactured, and procured such that all �critical components� of the UAS are compliant with reference (a).� RESPONSES Requested Information Section 1 of the response should provide administrative information, and should include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s) Section 2 of the response should provide technical information, and should include the following as a minimum: Interested parties may respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: UAS shall be constructed to be as threat representative to UAS that are readily available via commercial purchase (i.e. via consumer online purchase, etc.). UAS shall be delivered as entire systems to include operating stations (i.e. laptops) and spare kit, to include a requisite number of spare parts (i.e. rotors, motors, batteries, and/or landing gear, etc.). Manufacturer shall be able to provide a list of UAS that may be ordered and manufactured (preferably within 60 days of received order when feasible) to cover a range of Group 1-3 UAS capabilities to include: Takeoff / Landing Conventional takeoff / landing on improved / unimproved runways Vertical Takeoff and Landing (VTOL) / shipboard landing capable Payload requirements Group 1 UAS � no requirement for payload limits Group 2 UAS - Up to 20 lbs payload desired Group 3 UAS � Up to 70 lbs payload desired Powerplant Electric / battery powered Gas powered Hybrid (gas/electric) Flight Time (endurance) without payload Group 1 UAS � up to 30 min (RW) and 45 min (FW) desired Group 2 UAS � up to 45 min (RW) and 3 hours (FW) desired Group 3 UAS � up to 40 min (RW) and 7 hours (FW) desired Range Group 1 UAS � up to 10 nm desired Group 2 UAS � up to 60 nm (conventional) and 30 nm (VTOL) desired Group 3 UAS � up to 200 nm (conventional) and 100 nm (VTOL) desired If applicable and able, respondents should include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. References: Section 848 of the National Defense Authorization Act (NDAA) for Fiscal Year 2020, Pub. L. No. 116-92 ADDITIONAL INFORMATION In response to this RFI, respondents are required to submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it may be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to Timothy Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 11 May 2022, 5:00 P.M. EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/13921ec5181443b0b7d02b72aa7c4d98/view)
 
Place of Performance
Address: Saint Inigoes, MD, USA
Country: USA
 
Record
SN06317698-F 20220506/220504230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.