SOURCES SOUGHT
A -- RFI- Market Survey for a Broad Area Maritime Surveillance (BAMS) Unmanned Aerial Vehicle (UAV)
- Notice Date
- 9/26/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-N00019-02-P7-ZD241
- Point of Contact
- Lynda Frattone, Contract Specialist, Phone (301) 757-5897, Fax 301-757-5946, - Michael McLoughlin, Contract Specialist, Phone 301-757-5898, Fax 301-757-5946,
- E-Mail Address
-
frattonelf@navair.navy.mil, mcloughlinm@navair.navy.mil
- Description
- 1.0 This is a market survey by the Navy Unmanned Air Vehicles Program Office (PMA-263) of the Program Executive Office for Strike Weapons and Unmanned Aviation [PEO (W)]. It is intended to determine the existence of sources that have demonstrated the capability to design, build, and manufacture a UAV and sensors capable of performing the Navy's Broad Area Maritime Surveillance (BAMS) UAV mission. The BAMS UAV will address the Long-Dwell Standoff Intelligence, Surveillance, and Reconnaissance (ISR) mission area of the Naval UAV Strategy. Currently, the BAMS UAV Program is planned to enter at the Milestone B (MS B) Phase of the acquisition process System Development and Design (SSD) in FY-04 with an Initial Operational Capability (IOC) being achieved in FY-08. As a result, the program office is considering various acquisition strategies for all aspects of a BAMS UAV system architecture including platforms, sensors and ground systems to include commercial/Non Developmental Item (NDI), competitive design or a competitive system integrator. The following constraints apply to the BAMS UAV system: a. Address mission areas such as Maritime Patrol, Strike Targeting, Port Security, Level IV UAV control aboard Aircraft Carrier and Large Deck Amphibious ships and integration with P-3/MMA; b. Not be armed; c. Remain at cruise altitude for mission duration, unless range and endurance can be met with altitude excursions; d. Be able to carry multiple sensors; e. Not use underwater sound as a primary sensing technique; f. Use Tactical Control System (TCS) as the core of the ground control element; g. Integrate ground control element functionality into the P-3 Tactical Support Center (TSC) and into the Carrier and Amphibious ship infrastructure; h. Be able to complete its mission as a stand-alone platform, in support of a manned aircraft, and with Carrier and Amphibious ship operations. 2.0 Sensors and air vehicle alternatives meeting the above criteria should be discussed in the response to this RFI. Respondents are requested to address the following: a. Concepts for meeting BAMS mission areas. Concepts may describe the system and approach, including but not limited to platforms, sensors, C3, costs, and system integration of BAMS UAV components. Descriptions should include physical and performance characteristics; b. Modifications to proposed concepts that might be required to meet projected mission requirements; c. Impacts on the proposed BAMS systems concept due to the integration of the Government developed/provided components (e.g. TCS, Common Data Link, etc); d. Recommendations for acquisition approaches, including estimates of cost and schedule for the BAMS UAV Program through SDD completion and through production that supports an IOC in FY-08; e. Logistics philosophy; f. Related experience and products; g. Production capability for systems, per year. h. Open System Architecture approach to allow for reduced integration efforts with future payloads. i. Innovative ideas on reducing manpower requirements and communication bandwidth through use of autonomous operations and other technologies. An example would be for TCS level IV control with no more than two operators and the ability to use the Tactical Common Data Link to transmit and receive full BAMS air vehicle and sensors information. j. Innovative ideas for completing mission, such as being capable of carrying and launching smaller UAVs 3.0 Any technical questions may be directed to Mr. Keith Carter, (301) 757-5869 and programmatic questions to Mr. Rich Klesser, (301) 757-5879 or LCDR Mike Schachterle, (301) 757-5855. Additional information related to the BAMS UAV Program may be found on the PMA-263 web-site http://uav.navair.navy.mil. Written inputs are due not later than 28 October 2002 to the Program Executive Office, Strike Weapons and Unmanned Aviation (PMA-263), Bldg 2272, Suite 256, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547, ATTN: Mike McLoughlin. THIS IS NOT A REQUEST FOR PROPOSAL. THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. 4.0 Additionally, a number of other on-going efforts are underway in support of the BAMS UAV acquisition effort. These efforts include development of a CONOPS, Initial Operational Requirements (IRD) (draft IRD available for industry review late CY-02) and an Analysis of Alternatives (AoA). An AoA is required at Milestone B (MS B) for entry into the SSD acquisition phase. The principal objectives of the AoA are to: a. Investigate sensor configurations that fulfill BAMS UAV projected missions, specifically ISR of maritime and land targets, strike support, Signal Intelligence (SIGINT) collection and geo-location, and communications relay. b. Examine UAV air vehicle alternatives that support accomplishment of BAMS UAV missions. 5.0 The resulting AoA will provide sufficient information to assess the characteristics and performance parameters of the BAMS UAV system. The following assumptions were given to the AoA team to guide the analysis. The BAMS UAV will: a. Not be armed, b. Be expected to remain at cruise altitude for mission duration, c. Be a multi-INT capable platform, and not be single-INT specific, and d. Not use underwater sound as a primary sensing technique. 6.0 Additionally, the following constraints were given to the AoA team. The BAMS UAV: a. Must achieve Initial Operational Capability (IOC) by FY08, b. Must integrate the ground element with the Tactical Control System (TCS) as well as the use of the TCS integrated into the P-3 Tactical Support Center (TSC) and TCS integrated with the Carrier and Amphibious ship infrastructure, and c. Must be able to complete its mission as a stand-alone platform, in support of a manned aircraft, and with Carrier and Amphibious ship operations. 7.0 MITRE Corporation been selected to lead the analysis for the AoA. In addition to inputs to the government as delineated in paragraphs 1.0, 2.0, and 3.0 above, all interested parties are encouraged to contact MITRE and provide the team with the information relevant to the AoA to have their products considered. Email POC for the Analysis of Alternatives is BAMSAOA@mitre.org.
- Place of Performance
- Address: TO BE DETERMINED
- Record
- SN00176503-W 20020928/020926213716 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |