Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2021 SAM #7257
SOURCES SOUGHT

15 -- Medium Altitude Long Endurance Tactical (MALET) Program Office RFI to ID Potential Sources for Unmanned Aircraft Systems Command and Control Software

Notice Date
10/12/2021 8:15:17 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8689 AFLCMC WIIK UAS WRIGHT PATTERSON AFB OH 45433-7101 USA
 
ZIP Code
45433-7101
 
Solicitation Number
FA8689-22-RFI-01
 
Response Due
10/22/2021 1:30:00 PM
 
Archive Date
10/23/2021
 
Point of Contact
Thomas M. Cotton, William D. Weigand
 
E-Mail Address
AFLCMC.WII.SP@us.af.mil, AFLCMC.WII.SP@us.af.mil
(AFLCMC.WII.SP@us.af.mil, AFLCMC.WII.SP@us.af.mil)
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS FOR MARKET RESEARCH PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUMMIT OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. 1.� The Medium Altitude Long Endurance Tactical (MALET) Program Office is conducting market research to identify nontraditional defense contractors, nonprofit research institutions, small businesses, and/or traditional defense contractors, that meet the criteria listed below, in order to collect input from industry, assess existing UAS command and control technologies, and potentially utilize this research to shape future requirements for the Core UAS Control System (CUCS). Submissions that meet all criteria may be invited to demonstrate their CUCS software to MQ-9 Pilots/Sensor Operators, Air Force Special Operations Command (AFSOC) and Air Combat Command (ACC) staff, and program office engineers and program managers at the Joint Technical Center System Integration Laboratory (JSIL), Redstone Arsenal, Huntsville, Alabama. 2.� The MALET program office supports the Special Operations Command (SOCOM) Program Executive Office Fixed Wing (SOCOM PEO-FW).� The Government invites responses from ONLY those companies that are able to respond YES to ALL four (4) questions below in paragraph 3. �In order to ensure accurate market research, it is imperative that ONLY those companies that are able to answer yes to the below four (4) questions respond.� If your company is not able to answer yes to all four (4) questions individually or through a teaming arrangement, please continue to monitor SAM.gov for future requests from the MALET Program Office. 3.� The Government is interested in the following four (4) questions or criteria: Does your company�CURRENTLY�possess a software product that can demonstrate simultaneous command and control of multiple group 1 through group 5 weaponized Unmanned Aircraft Systems? To qualify for a YES response, the software MUST have the capability to: Control at least two different models of UAS simultaneously utilizing open standards messaging (STANAG 4586, Universal Command and Control Interface (UCI), etc�) Command airborne tactical radios on at least one UAS platform.� This includes activating push-to-talk and changing radio frequencies. Inventory and employ munitions on at least one UAS platform Command electro-optical (EO) and infrared (IR) payloads/turrets Command additional sensor suites, in addition to EO and IR, utilizing open standards messaging (STANAG 4586, UCI, etc...) Allow integration of third party plug-ins using an API/SDK Interface with government owned integration software via API/SDK Does your company currently employ an Engineer, Program Manager,�AND�Security Officer that possess current Top Secret / Sensitive Compartmented Information eligibility? �Does your company currently employ a Logistician that possesses a current Top Secret eligibility? �**NOTE: �Only if your company has ALL four (4) labor categories currently employed that possess a current clearance as stated above will your response be YES. �The ability to hire those individuals or knowledge of individuals should result in a�NEGATIVE�response to this question. *** Do you have a facility that meets the Physical and Technical Security Standards for Sensitive Compartmented Information Facilities (ICS-705-1)�AND�Standards for Accreditation and Reciprocal Use of Sensitive Compartmented Information Families (ICS-705-2)? �**NOTE: �Only if your company meets these criteria should your response be YES. �The ability to build these facilities or obtain them in the future should result in a�NEGATIVE�response to this question.** Do you have a Sect�ra vIPer Universal Secure Phone�AND�possess the ability to respond via email on Secret Internet Protocol Router Network (SIPRNet)? �**NOTE: Only if your company has�BOTH�should your response be YES. �The ability to obtain or have access to them in the future should result in a�NEGATIVE�response to this question. ** 4.� How to Respond to this RFI: Companies should submit an email to AFLCMC.WII.SP@us.af.mil that provides the following information in the body of the email: Company Name Company Cage Code (If Applicable) Company DUNS Number (If Applicable) Company POC Name Company POC SIPRNet Email Address Company POC Sect�ra vIPer Universal Secure Phone Number Does your company have a Defense Contract Management Agency (DCMA) approved cost accounting system? Identify if your company is a nontraditional defense contractor, nonprofit research institution, small business, traditional defense contractor and/or other. **NOTE: If other, provide type of business. ** If utilizing a teaming arrangement, provide the information requested from paras 4, A, 1-8 for all companies involved. Companies will provide one attachment to this email, which is two pages or less in length, and elaborates on the responses to the four (4) questions listed above (para. 3, A-D). Companies must use Arial Font 12. Bold, underline, or italicized font shall not be used. Companies may include a �slick sheet� or a capability brief that is one page or less in length, as part of their response.� This may be in addition to the attachment above. Responses that do not meet the criteria in paragraph 3 or the specifications above on how to respond, WILL NOT be included in the resulting Market Research. The Government reserves the right to NOT contact any company that does not provide a response that meets the above specifications. All communication regarding this RFI should be directed to AFLCMC.WII.SP@us.af.mil.� Any company that provides a response, emails, or contacts any individual related to this effort, using any other means other than this email address, WILL NOT be included in the resulting Market Research. The Government�reserves the right to contact those companies that provide a response for further information if determined to be in the best interest of the Government.� This RFI should not be construed as market research associated with a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Government may award a contract on the basis of this market research. The information obtained from this event will be utilized for market research purposes only. NOTICE:� The Government may utilize Advisory and Assistance Contractors (A&AS) or System Engineering and Technical Advisory and Assistance Contractors (SETAC) to provide subject matter expertise during review of the responses. All Contractors have an appropriate Non-Disclosure Agreement in place with the Government. Attachments/Links N/A. No attachments or links have been added to this opportunity. Contact Information Primary Point of Contact Thomas M. Cotten,��AFLCMC.WII.SP@us.af.mil Secondary Point of Contact William D. Weigand, AFLCMC.WII.SP@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/556735a09c644a96843806be50f6122e/view)
 
Record
SN06156170-F 20211014/211012230114 (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.