Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2025 SAM #8481
SOURCES SOUGHT

15 -- Request for Information (RFI) for Long Range Tactical (LRT) Unmanned Aircraft Systems (UAS), PMA-263

Notice Date
2/13/2025 11:40:54 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
243-25-015
 
Response Due
4/14/2025 8:59:00 PM
 
Archive Date
04/29/2025
 
Point of Contact
Heather Buckler, Kristen Ferro
 
E-Mail Address
heather.m.buckler.civ@us.navy.mil, kristen.w.ferro.civ@us.navy.mil
(heather.m.buckler.civ@us.navy.mil, kristen.w.ferro.civ@us.navy.mil)
 
Description
DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS RFI. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. FAILURE TO SUBMIT A RESPONSE WILL NOT PREVENT A COMPANY FROM PARTICIPATION IN ANY FUTURE COMPETETION RELATED TO THE LRT UNMANNED PROGRAM. NO TELEPHONE RESPONSES WILL BE ACCEPTED. 1. Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263) at Patuxent River, MD is seeking industry input to identify potential solutions for a LRT UAS for use by the United States Marine Corps, capable of providing Reconnaissance, Surveillance and Target Acquisition (RSTA) during day and night operations in various environments. The system should be ruggedized and ready to use, as delivered, with minimal logistics, training, and other support. The system should provide real-time full motion video via electro-optical and infrared sensors (EO/IR). The Air Vehicles (AV) should be capable of autonomous or safe manual launch from a small, confined area, and should be capable of either a manual or an autonomous recovery within the same area as launch. The Ground Control Station (GCS) should be man-portable and consist of the necessary equipment to monitor the sensor(s) position and status, control its movement and view its video. 2. Objective PEO (U&W), PMA-263 is specifically interested in systems with the following characteristics: Small Unmanned Aircraft System ((Air Vehicle (AV) MGTOW (with payload) < 55 lbs.)) Vertical Takeoff and Landing (VTOL) capability from a 40�x40� area surrounded by 50� obstacles on uneven terrain under normal weather conditions. Maximum Four-person set-up Electric powered motor (non-internal combustion engine) Battery Fuel cells (hydrogen, propane, etc...) Alternative on Aircraft charging technologies Minimum line-of-sight range of 60 kilometers (one way) Perform RSTA on target(s) at least 60 kilometers away Minimum endurance 8 hours Real-time Full Motion Video (FMV) via dual mode gimbaled EO/IR payload Multiple modular payload capability (i.e. allows for a secondary payload, including 3rd party payloads) Modular and open architecture Ability to operate in multiple weather/environmental conditions TRL 8 or higher: Adequate maturity for immediate production, delivery, fielding and deployment. National Defense Authorization Act (NDAA) 2024 compliant 3. Requested Information The responder is requested to provide detailed information in response to the following: Identify the following technical attributes of the potential solution. If a specific attribute is estimated or unknown, so state: System Characteristics AV weight without payload AV weight with payload AV Max Gross Take-Off Weight AV dimensions (assembled) Size and weight of total system packed for transport AV Guidance (GPS, GPS Denied, etc.) GCS dimensions and weight with antenna (assembled) Power source(s) Set up time (time required to go from packed to system airborne) Payload Available payload weight Sensor type Sensor detection/identification performance (National Image Interpretability Rating if applicable) Environmental Conditions Temperature limits Precipitation limits Wind limits Maritime environmental limits Water immersion limits Environmental conditions for storage Performance Limits Altitude limits (above ground and pressure altitude) Maximum range (maximum range at which the system can operate assuming line-of-sight) Maximum endurance (maximum time the AV can remain airborne under optimal conditions at sea level) Maximum speed of the air vehicle Optimal cruise speed Acoustic signature at 500� and 1500� Provide detailed information in response to the questions listed below. Please answer them in the order in which they are asked: What is the software operating system? Open Architecture? How does the system navigate? Is the system capable of navigation without Global Positioning Unit (GPS)? If so, please provide a description. Does the system use Selective Availability Anti-Spoofing Module or M-Code GPS? Does your system have an organic obstacle/threat avoidance capability? What are the different types of flight modes and mission control characteristics used by the system? (Manual, autonomous, waypoints, loiters, hover and stare, etc.) Does your system incorporate autonomy via Artificial Intelligence control, operation, decision-making, and machine learning? What safety features (i.e. lost link, lost GPS) are built into the system? Can the air vehicle be launched and/or recovered from a moving ship? How is the system launched/recovered? Can the air vehicle be safely landed on water? Is the system water recoverable? What is the total time for system set-up and launch? Is there any launch or recovery equipment required? If so, please provide a description. Does the system have a precision recovery capability? What mapping software does the system use (google maps, Falcon View, open source, etc.) and does it have Digital Terrain Elevation Data (DTED)? Does the system use standard Department of Defense (DoD) mapping and imagery? What are your system requirements to load maps and Digital Terrain Elevation Data (DTED)? Is an internet connection required to obtain map data? How does the GCS communicate with the AV? Describe the data link used including waveform, operational frequency band, analog or digital, and encryption capabilities. Can the AV operate without comms to the GCS after uploading flight profile and launch? Is the system capable of simultaneous multiple AV operations from a single GCS? Does your system have the capability to interface with DoD common operating picture or tactical networks (TAK, ATAK, ROS, RAS-G IOP, etc.)? Is the air vehicle capable of operation via the USMC MAGTAB controller? Is your product NDAA compliant? If no, what steps are being taken to ensure compliance? If yes, provide supporting documentation. How do you track your suppliers/subsystems for compliance? How and where is the data (video, pictures, and flight logs) stored and protected? How is data processed? Can third party software be processed on the AV? Are you willing to release full Interface Control Document for avionics, payload and battery interfaces? What payloads are currently available, in development, planned, compatible and/or integrated with the system ((from original equipment manufacturer (OEM) or third party))? What other unique capabilities are available with the system that may enhance mission performance? What type of batteries are used? How are batteries recharged and how much time is required to return to full charge following a maximum endurance flight? Do the batteries have a certification, i.e. NOSSA, UL? If LRT will use fuel cells, describe: Type/Class Certifications Environmental considerations Risks associated with normal operations and mitigation Handling/Storage/Transportation requirements Point of Production Capability What is your experience with developing Small Unmanned Aircraft System products? How many units have been sold/fielded to date? If able, please identify user(s) of the identified solution (Military/Industry/FMS). What is the production lead-time; including any production, capacity, and delivery constraints based on order quantities of 1, 10, 20, 50, 75? What is included in a product order quantity of 1 unit? What is the current maximum production output (systems/month)? What is it based on the following capacity scenarios? Capacity: 1 line, 1 shift, 5 days per week, 8 hours per day 1 line, 2 shifts, 5 days per week, @8 hours per day (total 16 hours effort) 1 line, 3 shifts, 5 days per week, @ 8 hours per day (total 24 hours effort) Surge capacity: Additional production lines Overtime/weekends Where are your production facilities located? Are you able to provide logistical support with spare parts and repairs of damaged parts? What items are considered Field Level Repair Items? Are there any special transportation, handling, or storage requirements (e.g. shock protection or specialized airlift loading equipment or procedures beyond its own shipping containers)? Are HAZMAT (e.g. batteries or fuel tanks, etc...) able to be packaged, handled, certified, and transported according to Title 49? Are you able to provide Field Service Representative support sufficient to sustain systems in deployed or remote areas both CONUS and OCONUS to include harsh/hostile environments overseas? How many people are required to operate the system? What are the dimensions and weight of each transportation case when filled with intended equipment? What is the systems storage and maintenance environmental limitations? What is the anticipated training time for operator certification? Describe the assembly required to ready the air vehicle for operation from its field packed state. (Field packed system is defined as having all the required equipment to accomplish a mission and be in a state safe for transportation. What is your maintenance strategy? What maintenance actions can be performed? Describe operator performed maintenance expectations at the component level. What are the estimated times for each maintenance action? How does the air vehicle incorporate Cyber Survivability capabilities? How does your air vehicle incorporate Electromagnetic Spectrum techniques? How does your Air Vehicle incorporate anti-tampering techniques? Please provide your cage code and business size under NAICS Code. If you are a small business per the parameters of NAICS Code, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUB Zone, etc.? Are you a foreign-owned, foreign-controlled, or a foreign-influenced company? Did you receive funding to develop your system from any governmental agencies? Please provide operators manual and maintenance manual, if available. Unit costs given the following quantities: 1, 10, 20, 50, 75 System is defined as 1 Air Vehicle, necessary antenna(s), batteries/fuel cells, chargers, support kits, initial spares, Ground Control Station. Is this system available for commercial procurement IAW FAR Part 12? 4. Submission/Responses/Document Markings SUBMISSION All interested, capable, and responsible business/sources that wish to respond to this RFI shall submit the requested information via email to Contract Specialist, Ms. Heather Buckler at heather.m.buckler.civ@us.navy.mil and Procuring Contracting Officer, Ms. Kristen Ferro at kristen.w.ferro.civ@us.navy.mil. If you have any specific questions (relating to this Sources Sought Notice only) please submit them via email to heather.m.buckler.civ@us.navy.mil and kristen.w.ferro.civ@us.navy.mil . Informational meetings will not be entertained at this time. E-mail MUST contain the following in the subject line: �[CONTRACTOR NAME] RFI Response for LRT UAS (Notice 243-25-015, PMA-263)� RESPONSES: Note that file sizes larger than 5MB are not recommended, as they may not be receivable due to Navy Marine Corps Intranet security protocol. Responses are limited to no more than 20 pages, not including preprinted information material. In order to maximize efficiency and minimize the effort involved in the evaluation process, all submissions must comply with the following format and content: 8.5 x 11-inch page single-spaced typed lines newspaper column formatting is not permitted 1-inch margins on all sides not smaller than a 12-point font without condensing photographs, pictures or hyperlinks are permitted files shall be Microsoft Office 2016 compatible or PDF format; no ZIP files DOCUMENT MARKINGS It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution, and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. All material provided in response to this Request for Information shall be UNCLASSIFIED. Government Support Contractors have entered into Non-Disclosure Agreements (NDAs) with the Government, which precludes them from disclosing any proprietary data outside of the Government. However, if respondents desire a separate NDA with Government support Contractors, respondents should submit an NDA form, along with instructions, to the points of contact listed in this notice at the time of their submission. If respondents choose not to submit an NDA form for completion, their submission of a response to this announcement constitutes consent that the Government Support Contractors will have access to their proprietary information. The Government will NOT be responsible for the disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of Request for Information responses, the Government may contact respondents independently for further clarification of the submittal. It is the respondent�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92942af4667f42b889bba7b675f8b1ae/view)
 
Record
SN07343075-F 20250215/250213230040 (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.