Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOURCES SOUGHT

C -- C-UAS Dismount

Notice Date
3/26/2025 11:59:57 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8629 AFLCMC WISK SOF/PR WRIGHT PATTERSON AFB OH 45433 USA
 
ZIP Code
45433
 
Solicitation Number
FA8629-25-R-5038
 
Response Due
4/9/2025 9:00:00 AM
 
Archive Date
04/24/2025
 
Point of Contact
Andrew Tillman, Jared Rush
 
E-Mail Address
andrew.tillman.1@us.af.mil, jared.rush@us.af.mil
(andrew.tillman.1@us.af.mil, jared.rush@us.af.mil)
 
Description
1. NOTICE This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. 2. BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing counter UAS� with the ability to [detect, identify, decide, defeat enemy UAS capable to enhance our force protection at locations lacking support options, allowing our forces to operate more freely in areas where UAS are widely utilized. 3. CAPABILITY Counter UAS capability. Refer to KPPs and KSAs table below 4. REQUIREMENT Dismount capability to protect operations and equipment from enemy unmanned aerial systems (UAS). The need to protect personnel during route movement is the focus of this requirement but the capability should also support personnel in the open while stationary. The system should operate autonomously to decrease the time to intervention but we will accept manual employment if it is the most effective option. The system will provide real-time detection of airborne entities within a specified area, identification (aircraft, unknown UAS, friendly UAS), tracking of multiple airborne entities. The system should support automatic engagement parameters and enable rapid neutralization options if in a manual setting. The package needs to remain small and lightweight; therefore, everything must be multi-use and quick set-up and tear-down. Key Performance Parameters (KPPs) THRESHOLDS (T) / OBJECTIVES (O): Detect Range: The system shall be capable of detecting at a range of 5 km (T) 10 km (O) Direction: omni-directionally (T)=(O) Targets: SUAS Group 1 and 2 (T)=(O) Standard and Extended frequency systems, Wi-Fi systems, out of band Wi-Fi systems, FPV systems, RC systems, GCS systems, Analog Video systems Number of targets: 2(T) and 10 (O) Method: Passive only (T) = (O) Defeat Multiple target defeat: The system shall defeat 2 targets (T) 10 targets (O) systems simultaneous Range: Non-kinetic 3 km (T) and 6 km (O), kinetic 150m (T) 1km (O) Probability of defeat of 0.8 (T) and 0.9 (O) Effects based: Non-kinetic (T) Non-kinetic and kinetic (O) SWaP Weight: 12 lbs (T) 5 lbs (O) [includes antennas, cabling, battery = total system weight] Power: Operations for a minimum of 8 hrs (T) and 24 hrs (O) [single battery runtime] Power Source: Current dismounted battery inventory (T) shore power, 12V vehicle power (O) Size: 10"" H x 5"" W x 3"" D (T) and 7"" H x 4"" W x 2.5"" D (O) (No antennas with battery) Size: Total height with Antenna 24"" (T) and 17"" (O) Key System Attributes (KSAs) THRESHOLDS (T) / OBJECTIVES (O): ID (T) = (O) name, model, serial number, country of origin Track System shall report target speed, heading, altitude (T)=(O) Reliability MTBF: 100hrs (T) and 200hrs (O) Operations The system shall be fully operational within10 minutes (T) 4 minutes (O) The system shall have autonomous settings with human-in-the-loop for intervention (T=O) Autonomous functions: detection, track (O) detection, track, and defeat (T) System shall operate in GPS degraded environments (T) degraded operations (O) No impact to operations Environmental System shall be ruggedized for jump operations in current ruck/pack (T=O) Temperature: -20 deg C to 60 deg C (T) and -40 deg C to 65 deg C (O) System shall operate in day/night (T)=(O) Weather: IP54 (T) IP67 (O) Integration/Network The systeACm will integrate with cursor on target (COT) data into existing human interfaces (end user devices (EUD)) with current version of ATAK (T) = (O) The system shall provide interface with TW radio kits (T)=(O) to enter tactical mesh network Systems can be networked to create a cSUAS COP mesh network (T)=(O) 5. INSTRUCTION TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall also include the following information: a. Respondent Data: Company/Institute Name Address Point of Contact (to include phone number and email address) CAGE Code Web Page URL Pursuant to NAICS Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, state whether the company is: Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: SBA Graduation Date: State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. b. Describe the capability of your product or products, and provide product information and specifications. Additionally, describe the capability of your product(s) to meet the desired performance requirements listed below. If you are proposing development to integrate existing or new subsystems, clearly describe your approach. c. Responses may include but are not limited to: 1) Pictures 2) Training videos 3) Architecture views 4) Drawings 5) Associations or connectivity with other end items/systems 6) Test results to support meeting threshold and objective requirements 7) Ability to deliver 2 units within 6 months after receipt of order d. Rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities (this is for Government budget planning purposes, and will not be considered a bid or binding in any manner). 1) If development and/or integration is required to meet the system requirements, the Government also needs an estimate of the development cost based on complexity (for planning purposes only) to include PHS&T, such as warranties, portable storage, special tooling required, and training. e. Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. f. Indicate whether or not the company currently provides this type of work as a commercial solution. In this instance, �commercial item� means an item that is of a type customarily used by the general public or non-Governmental entities for purposes other than Governmental purposes. Please indicate if this item has been sold, leased, or licensed to the general public; or has been offered for sale, lease, or license to the general public. Indicate whether all materials used are in compliance with the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable. g. Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A. h. Include any spare parts that would potentially be included. i. Provide the details of NET training including process and cost. j. Describe any possible product improvements that could be made or are planned for the future for the solution. k. Describe any risks associated with the fulfillment of this projected requirement. This can include technical or schedule risks associated with development, key performance parameters, etc. l. Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, and FAR 52.219-33, Non-Manufacturer Rule, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses, including foreign, will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. 6. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: a. The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. b. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. c. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. d. Government-contracted contractor support personnel may handle proprietary data submitted in response to this RFI. These support personnel will have signed the same Non-Disclosure Agreements (NDAs) as Government personnel. e. If you are currently providing your proposed capability on an existing government contract, please identify the contract and a government POC. f. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. g. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM h. Responses are due electronically by 12:00PM Eastern time on 09 April 2025 via email to: Jared R. Rush AFLCMC/WISN Contracting Officer jared.rush@us.af.mil 2d LT MATTEO ZUCCHI AFLCM/ WISN Program Manager matteo.zucchi.3@us.af.mil 1st LT SEVEN R. BETZ AFLCMC/WISN Program Manager steven.betz@us.af.mil i. This notice may be updated as additional information becomes available. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer identified above, with the other individuals identified above copied as a courtesy. This is a Request for Information (RFI) only to identify potential sources for the solution. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as creating such a commitment or as an authorization to incur cost for which reimbursement would be required or sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44b512becbe44c6e985698fca53988f9/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07387551-F 20250328/250326230100 (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.