SPECIAL NOTICE
A -- Electromagnetic Pulse (EMP) Defense Against Unmanned Aircraft Systems (UAS)
- Notice Date
- 12/7/2023 12:12:20 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA8750 AFRL RIK ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- RFI-RIKD-24-01
- Response Due
- 1/5/2024 12:00:00 PM
- Archive Date
- 01/20/2024
- Point of Contact
- Matthew Zawisza, Seth Edick
- E-Mail Address
-
matthew.zawisza@us.af.mil, seth.edick@us.af.mil
(matthew.zawisza@us.af.mil, seth.edick@us.af.mil)
- Description
- CONTRACTING OFFICE ADDRESS Department of the Air Force, Air Force Materiel Command, AFRL � Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514 GENERAL INFORMATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The information obtained from responses to this notice may be used to form a future acquisition strategy and solicitation, should one be issued. FEEDBACK. Submission of a capability statement is voluntary. Respondents are advised that AFRL is under no obligation to provide feedback with respect to any information submitted under this RFI. PROPRIETARY INFORMATION. This notice is part of Government market research. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company or industry proprietary information contained in responses should be clearly marked by paragraph, so that publicly releasable and proprietary information are clearly distinguished. Any proprietary information received in response to this request will be properly protected from unauthorized disclosure. The Government will not use proprietary information submitted from any one source to establish the capability and requirements for any future acquisition, so as to inadvertently restrict competition. DESCRIPTION The Air Force Research Laboratory (AFRL/RI) is conducting market research to seek information from industry on the landscape of research and development (R&D) for available Electromagnetic Pulse (EMP) solutions towards countering multiple Unmanned Aircraft Systems (UAS). EMP solutions could be ground and/or aerial based that provide effective mitigation against Department of Defense (DoD) UAS groups 1, 2, and smaller group 3 aircraft. MINIMUM AIRCRAFT REQUIREMENTS Any EMP solutions hosted on air vehicles will have to be determined to be air-worthy by the Government. DoD must comply with the following general restrictions on UAS: The air vehicle must be based on or derived from U.S. components and electronics The air vehicle must have sufficient flight hours and reliability data SYSTEM TECHNICAL DATA REQUESTS Each response to this RFI will be reviewed to identify strengths, weaknesses, manpower requirements, and logistics requirements for each proposed EMP solution. The following information about the contractor�s ground and/or aerial based EMP is requested, if applicable: Applicable to Both Solutions Overview of facilities, space, and power requirements Multi-mission capability System architecture diagram System maturity Manufacturing maturity Dependencies on external sensors System autonomy Ground station requirements Size, weight, power, and cost Maximum range/radius Required number of operators Required training of operators Resistance to shock, dirt, water, and temperature Operational weather (max wind speed, min/max temperature, etc.) Ability to operate at night Multiple target engagements Declaration of solely utilizing U.S. components and electronics Engagement success rate by target type Engagement success rate by engagement speed Engagement success rate by altitude Engagement success rate based on other factors (day/night, wind speed, etc.) Protection of itself Reusability Air Interceptor Solution Only Sprint speed Top engagement speed Maximum loiter time Systems external to the air vehicle that are required for operation Some of the requests above can be responded to simply with a number, whereas others require narrative. For the vague requests, please respond with explanations or descriptions, making sure to annotate when values are approximates or estimates. CAPABILITY STATEMENTS AFRL/RIKD is seeking capability statements from all interested businesses. 1.� Reply by email in a document not exceeding 10 pages. Word or PDF files, with minimal graphics, are preferred. Documents, data, schematics, and photographs should also be provided, not to exceed 50 pages. Videos should not exceed 1 GB. 2.� Provide the following business information on the first page: ����������� (a) �Company name and address ����������� (b) �CAGE code ����������� (c)� Point of contact (name, email, phone) ����������� (d)� Facility clearance level and Safeguarding clearance level ����������� (e)� Cost accounting system status (ex. adequacy determination by DCAA, approval by DCMA, or none) ����������� (f)� Any existing Government-wide Acquisition Contract (GWAC), open solicitation, or other vehicle that this work could be performed under, or if a new source selection would be more ���appropriate 3.� Provide a copy of your current DD2345. (Note that this form does not count toward the 10 pages.) Additional information is at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx 4.� Describe your organization�s ability to meet the technical requirements described herein. Please do not simply restate the technical requirements in your response. Be sure to: (a)� Describe the type, quantity, experience, and qualifications of personnel/labor categories and other organizational resources that would be used to meet the technical requirements. (b)� Address the availability of personnel with SECRET-level security clearances. It is anticipated that at least one individual will need to have an active clearance at time of award, with graduated increases in proportion over time. (c)� Include a brief (i.e., no more than but approximately 1 page total) description of your organization�s quality control, risk management, and safety practices as they would be applied to this effort. (d)� Describe how your organization could meet a fluctuating workload driven by factors such as budget variations; diverse customer base and technology interest areas; transition opportunities; and operational feedback. 5.� Identify up to 3 previous or on-going contracts/programs/efforts with Government, commercial, academic, or other customers performed within the last 3 years which are relevant to the technical requirements. Include a brief description of the work, an explanation of its relevance to the technical requirements, and the performance period, value, and current customer points of contact. 6.� Please submit your response to matthew.zawisza@us.af.mil by 3 PM (ET) FRI 05 JAN 2024. It is important to note that this Request for Information is not a Request for Proposal. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government in response to this Request for Information is voluntary. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government�s use of such information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0df436d156e046a1a7101409f1712c48/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06905272-F 20231209/231207230043 (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 |