Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2020 SAM #6912
SOURCES SOUGHT

12 -- Submarine-Launched Unmanned Aerial System (SLUAS)

Notice Date
10/30/2020 10:21:55 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N00024-21-R-4313
 
Response Due
11/16/2020 9:00:00 AM
 
Archive Date
12/01/2020
 
Point of Contact
Sydney Kacek, Phone: (202) 781-2893, Kurt Dronenburg, Phone: (202) 781-1346
 
E-Mail Address
sydney.kacek1@navy.mil, kurt.j.dronenburg@navy.mil
(sydney.kacek1@navy.mil, kurt.j.dronenburg@navy.mil)
 
Description
This Request For Information/Sources Sought notice is for market research purposes only and does NOT constitute an invitation for bid, request for quotation, request for proposal, or any obligation on the part of the Government to acquire any products or services. This notice shall not be construed as a contract, a promise to a contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This notice is a market research tool being used to determine overall market developments, capabilities, and adequacy of the industrial base capable of providing the supplies/services described herein, prior to determining requirements and the method of acquisition. Any information submitted by respondents to this technical description is strictly voluntary. This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO), Submarine Combat and Weapons Control Program Office (PMS 425). The Navy is conducting market research in accordance with FAR Part 10 to determine industry alternatives for successful design, manufacture, assemble, test and delivery of a Submarine-Launched Unmanned Aerial System (SLUAS). In addition, this notice requests that industry comment on how the Government can best satisfy its needs, alternative approaches, technology availability and risk, the identification of cost drivers, and suggestions on ways to enhance and/or sustain competition.� The Navy requires the capability of a SLUAS with a 3-inch diameter form-factor to provide enhanced sensor, communication and cyber-security capabilities. The integrated system should be capable of launch from the US submarine fleet�s 3-inch Signal System Ejector (SSE) equipment. The SLUAS All-Up-Round (AUR) includes the integrated submarine deployment canister and Unmanned Aerial Vehicle (UAV). The AUR capabilities are limited by the physical limitations of the canister and payload, as well as by qualifications of the system for single mission, Intelligence, Surveillance and Reconnaissance (ISR). The folding wing UAV is a high reliability, submarine-launched small diameter aircraft capable of conducting ISR missions in contested ocean environments. Threshold performance of the air vehicle should include electro-optic capability with reliable target solution analysis.� The vehicle should remain airborne for at least one hour, operate at ranges out to the line-of-sight radio horizon, and use a variable bandwidth encrypted datalink with at least 256-bit encryption strength. Objective requirements include the ability to operate in an emission-controlled environment and operate without constant radio communication links. The AUR design requires the flexibility to allow for modifications to adapt to deployments of various unmanned vehicles and payloads over the course of the next five (5) years. The technology must support operations to meet cyber-security requirements and allow for the required interface to be modified by the Government. The AUR shall be tested and improved for various environmental and operations conditions to minimize own-ship vulnerabilities, include anti-tamper, and include increased reliability performance. Respondents are requested to submit a white paper including capability statements pertinent and specific in the technical approach as follows: A presentation of your organization's relevant knowledge, skills, and abilities; particularly in regards to vehicle development including endurance and range, launch integration, sensor performance, and radio communications. An understanding of the major engineering challenges and tradeoffs to achieving the desired capability. Potential solutions defining size, weight, power, and cost (SWaP-C), and capacity for future payloads. Current Technology Readiness Levels and maturity of potential solutions. Developmental timelines. Interested parties shall list past customers (maximum of 3) for whom the contractor has done projects of a similar technology, domain, and/or scope within the last five (5) years.� Responses: Interested parties must demonstrate their capability of providing the above-mentioned capabilities/services. Those who meet SECRET clearance requirements are invited to indicate their interest by providing: Company name Company address Overnight delivery address (if different from mailing address) CAGE code Point of Contact, to include E-mail address Telephone number Fax number Facility clearance Business Size Status (i.e., Large, SB, VOSB, SDVOSB, WOSB, etc.) Number of Employees Interested parties are requested to respond to this notice in PDF or Microsoft Word Office 2010-compatible format. Please limit responses to 25 pages or less (including cover, administrative pages, and descriptive literature); 1-inch margins; and 12 point font (or larger). Response Deadline and Submissions: Responses are requested no later than 16 November 2020 at 12:00 PM EST. Responses shall be submitted via e-mail to the Contract Specialist, Ms. Syd Kacek at sydney.kacek1@navy.mil in PDF or Microsoft Word Format, with a CC to the Contracting Officer, Mr. Kurt Dronenburg at kurt.j.dronenburg@navy.mil. �� Proprietary information, if any, must be clearly marked. The subject line of the email should read ""Submarine-Launched Unmanned Aerial System (SLUAS) Sources Sought"". To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9d605019af44e4fbb115fd5143ef593/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05842674-F 20201101/201030230147 (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.