SOURCES SOUGHT
99 -- Request for Information (RFI) � Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
- Notice Date
- 2/4/2025 7:32:43 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8629 AFLCMC WISK SOF/PR WRIGHT PATTERSON AFB OH 45433 USA
- ZIP Code
- 45433
- Solicitation Number
- FA862925R6002
- Response Due
- 2/28/2025 9:00:00 AM
- Archive Date
- 03/15/2025
- Point of Contact
- Marissa Greenleaf, Lt. Ethan Sheptow
- E-Mail Address
-
marissa.greenleaf@us.af.mil, ethan.sheptow.2@us.af.mil
(marissa.greenleaf@us.af.mil, ethan.sheptow.2@us.af.mil)
- Description
- 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. BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Strike Systems Program Office (AFLCMC/WISS) is conducting market research to identify systems capable of providing organic Intelligence, Surveillance, and Reconnaissance (ISR) to increase threat detection and locate isolated personnel (IP) via a standoff effect in vast environments where Combat Air Forces (CAF) aircraft are denied. System(s) will be employed by Air Force Rescue Forces conducting personnel recovery missions in maritime environments. CAPABILITY GAP Air Force Guardian Angel units lack the capability to locate Isolated Personnel from a distance, link communications and limit time and exposure of personnel conducting searches over a wide area in contested environments. Additionally, Guardian Angel personnel lack the ability to find and communicate with personnel due to ocean swells in maritime environments, or foliage in land environments. The capability gap presented in these situations put both the Guardian Angel teams and Isolated Personnel at greater risk. System Requirements: Key Performance Parameters (KPPs) (T) = Threshold (required). (O) = Objective (desired, if technically feasible and cost effective). System KPPs 6.1.1 The sUAS shall be capable of autonomous navigation (flying pre-planned routes) and the user shall have the ability to override and take control manually (T). 6.1.2 The sUAS shall have an open architecture capable of integrating multiple payloads. (T=O) 6.1.3 The system shall be able to send sensor video feed to the operator (T=O) 6.1.4 The system shall allow a minimum of 8 hours (T) 24 hours (O) tethered autonomous flight. 6.1.5 Control and video/datalink shall be at least AES-256 FIPS compliant (T) incorporates LPI/LPD characteristics(O). Note: Comms relay requirements as specified in this document do not require additional encryption or modification of waveforms. 6.1.6 The control station and sUAS system shall resist environmental effects of maritime operations to include corrosion, water & UV resistance, & operating in -4? to +122? weather (T=O) SUAS KPPs 6.2.1 The sUAS shall have a minimum 7 lbs. payload capacity (T) minimum 12 lbs. payload capacity (O). 6.2.2 The sUAS shall operate with and without GPS (GPS-denied) guided navigation (T) incorporate M-Code GPS (O) 6.2.3 The sUAS shall be capable of tethered and untethered flight operations in the event the tether is severed or must be disconnect due to tactical considerations. Untethered performance requirements: 6.2.4 The sUAS shall be capable of fully remote-controlled flight and autonomous route following. T=O Sensor KPPs 6.3.1 The sUAS day sensor shall detect a single Isolated Person (IP) in a life raft in open water at 1NM (T) 2NM (O) or greater and frigate-sized ships at 20NM (T) 30NM (O) or greater. 6.3.2 The sUAS Thermal sensor shall detect a single IP in a life raft in open water at distances of 1 NM (T) 2NM (O) or greater. Comm Payload KPPs 6.4.1 The sUAS shall support tactical networking relays: PRC-163 TSM, Silvus, Radionor, Wave Relay MPU 5, and Trellisware (T=O). 6.4.2 The sUAS should transmit no wireless data when in tethered mode (T=O). 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: 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 33411, Aircraft 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. Responses may include but are not limited to: Pictures Drawings Associations or connectivity with other end items/systems Test results to support meeting threshold and objective requirements Ability to deliver systems within 6 months after receipt of order 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). 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. Indicate whether 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 compliant with the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable. Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A. Include any spare parts that would potentially be included. Provide the details of New Equipment Training, including process and cost. Describe any possible product improvements that could be made or are planned for the future for the solution. 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. 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. Please complete Attachment 1, Questionnaire, and submit it with your package. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: 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. Responses shall not exceed 10 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. 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. 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. If you are currently providing your proposed capability on an existing government contract, please identify the contract and a government POC. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. 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 Responses are due electronically by 12:00PM Eastern time on 28 February 2025 via email to: Marissa Greenleaf AFLCMC/WISS Contracting Officer Marissa.greenleaf@us.af.mil 2 Lt Ethan Sheptow AFLCMC/WISS Program Manager Ethan.sheptow.2@us.af.mil 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/4a8ec14ab48b4d6ebba4b54d6f14547b/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07332745-F 20250206/250204230036 (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 |