SPECIAL NOTICE
15 -- Request for Information (RFI) on Launched Effects (LE) capabilities that will potentially be integrated on Medium/High Altitude Aerial Platforms that function as Aerial Intelligence, Surveillance, and Reconnaissance (A-ISR) Aircraft (AC)
- Notice Date
- 1/8/2025 8:19:22 AM
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- RFI_LE_Medium-High_Altitude_Aerial_Platforms
- Response Due
- 2/7/2025 2:00:00 PM
- Archive Date
- 02/22/2025
- Point of Contact
- Benjamin May, Phone: 520-674-7840, Laquita Mox, Phone: 520-692-9717
- E-Mail Address
-
benjamin.r.may4.civ@army.mil, laquita.l.mox.civ@army.mil
(benjamin.r.may4.civ@army.mil, laquita.l.mox.civ@army.mil)
- Description
- 1. Notice Type: Request for Information (RFI) on Launched Effects (LE) capabilities that will potentially be integrated on Medium/High Altitude Aerial Platforms that function as Aerial Intelligence, Surveillance, and Reconnaissance (A-ISR) Aircraft (AC). 2. Synopsis: a. Introduction This RFI is for informational and planning purposes only. This RFI does not commit the Government to contract for any supply or service in any respect. All firms responding to this RFI are advised that their responses to this notice are not a request that will be considered for contract award. Furthermore, the Army is not seeking proposals and will not accept unsolicited proposals at this time. Respondents 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. This is strictly market research in accordance with Federal Acquisition Regulation (FAR) Part 10. b. Objective (1) The United States Army Contracting Command Redstone Arsenal, Alabama is seeking information on current technology products applicable to: (a) The Special Electronic Mission AC Product Directorate of the Fixed Wing Project Office (FWPO) has an emerging requirement for a LE capability to be integrated onboard a Medium/High Altitude, Higher Airspeed (increased range/ operational area) A-ISR day/night, AC. (b) The A-ISR LE Operational Capability will be demonstrated in the ~ Fiscal Year 26 timeframe. (c) The LE Systems would be integrated onto the hardpoints of an all-weather, pressurized, large-sized-cabin Federal Aviation Administration FAR part 25 certified executive jet-category AC (Bombardier G6500 AC). (2) The LE System should be compatible with the host AC flight and carriage envelope: (a) The host AC will operate above 41,000 feet mean sea level and above 400 knots true airspeed for greater than seven hours.The standard atmosphere air temperature is less than -65�Fahrenheit at these altitudes. (b) The LE Systems will be carried and deployed from pylons at the inboard or outboard wing hardpoint stations of the host AC in a non-pressurized environment at the host AC operating conditions. (c) Inboard Hardpoint Stations: The LE System, launcher, and pylon should weigh less than 1800 pounds. (d) Outboard Hardpoint Stations: The LE System, launcher, and pylon should weigh less than 600 pounds. (e) The host AC will not conduct launch specific maneuvers for the LE system. The system should deploy from the host AC cruise configuration. (f) The host AC will provide no more than 10kVA power (configurable AC or DC) at each station. (g) The host AC will provide data network access at each station. (3) The FWPO requests the following information: (a) Provide a system description and the capabilities of the LE System. (b) Provide a Rough Order of Magnitude cost for a LE System and an estimate of operational costs (maintenance, field support representative, consumables). (c) As an Original Equipment Manager, what Intelligence, Surveillance, and Reconnaissance integration companies have you worked with to integrate LE onboard AC? Describe your approach to Engineering Services, Data Acquisition, Airworthiness Certification/Qualification, and any foreseen challenges. (d) What are your past or current Government/Department of Defense Customers for the LE system, and what were the host AC? (e) Do you have an existing contract vehicle that would ease procurement of the LE system? (f) When is the LE system available for purchase, and what are the delivery lead times? (g) What are your past or current Foreign Military Sales, and what were the host AC? (h) Describe the level of flight simulation for the LE system if applicable. (i) Describe any existing training packages for the LE system? (j) What software requirements does the LE system have? Are Application Programming Interfaces available for modular and open interfacing, or is proprietary software the only interface. (k) What open standards (Future Airborne Capability Environment, Sensor Open System Architecture, etc.) does the LE system conform to? (l) What additional equipment is required onboard the host AC to control and communicate with the LE system? (Radio Frequency/laser datalinks, data processing, command and control hardware, antennas, etc.) (m) What is the proposed LE system and launcher drag count at the host AC flight profile listed in the requirements section? (n) What are the power and data requirements for the LE system while on the hard point? What interfaces does the LE system present? (o) What is the proposed LE system, launcher, and pylon combined weight? (p) In what temperature range can the proposed LE system endure and operate? (q) What is the operating flight profile of the proposed LE system? (r) What is the operating range and endurance of the proposed LE system? (s) Describe the LE system recovery concept or procedure if applicable. If the LE system is not recoverable, how are sensitive technologies and data protected? (t) What is the launch profile of the proposed LE system? (altitude, airspeed, angles relative to freestream). (u) What is the launch mechanism of the proposed LE system? (gravity or pneumatic separation, rocket/turbojet ignition, drag chute, etc.). (v) What sensor or capability does the proposed LE system currently (or is targeted to) carry? (w) How modular and open is the LE system design to accept alternative payloads and capabilities? (x) What is the technology readiness level (TRL) of the LE system? What type of flight testing has been accomplished? What is the forecast TRL development plan? Describe the activities used to acheive the provided TRL. (y) What is the level of repair required? Will the vendor provide repair instructions/technical data? The FWPO intends to conduct individual conference calls with the viable Respondents as necessary. The United States Government (USG) may conduct an informal evaluation to determine the capability of a Respondent�s system. 3. Unclassified Responses Requested: The Government is interested in receiving meaningful feedback on LE for air platforms that meet the proposed flight and carriage envelope requirements along with answers to the questions listed above. Interested sources that possess the technical capability and resources to fulfill the Government�s requirements stated herein are invited to provide a Capability Statement describing how you would meet the above requirements. If an offeror has multiple LE Systems that meet the requirements, the USG welcomes separate RFI submissions for each individual platform. 4. Responses No presentations are requested at this time. Report format shall be a Microsoft Word document file or Adobe pdf. Font size should be 12-point, Times New Roman or Arial. Contractor responses should include a 1-page summary with a short description of your capabilities and no more than 20 additional written pages with details within the report. 5. Submission Submit RFI questions no later than (NLT) 15 January 2025 at 3:00 p.m. Eastern Standard Time (USG reserves the right to not respond, or to publish all questions and answers at sam.gov). Submit RFI synopsis responses and comments via email NLT 7 February 2025 at 3:00 p.m. Eastern Standard Time to the following address: laquita.l.mox.civ@army.mil and benjamin.r.may4.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac26487cb54948569507c88bc3a0d5c6/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07307827-F 20250110/250108230106 (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 |