Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOURCES SOUGHT

54 -- Autonomous Rafting Market Survey

Notice Date
8/6/2025 6:41:53 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC- DTA WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
AutonomousRaftingMarketSurvey
 
Response Due
9/7/2025 2:00:00 PM
 
Archive Date
09/07/2025
 
Point of Contact
Kelly Harp, Mike Ibra
 
E-Mail Address
kelly.j.harp.civ@army.mil, michael.ibra.civ@army.mil
(kelly.j.harp.civ@army.mil, michael.ibra.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
I. DESCRIPTION OF INTENT THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENTS: No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list. Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to the market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. Although no solicitation document exists at this time, information derived from this market survey will help the Government determine the suitability of the marketplace to satisfy this performance requirement. The U.S. Army is conducting a market survey to gather information on commercial industry capability to support the development of an autonomous rafting system. The autonomous rafting system will be a foundational element for future maneuver forces, providing a critical capability for wet gap crossing, personnel and equipment transport, adaptable mission support, and enabling distributed operations in contested environments. II. GENERAL INFORMATION Background: As the U.S. Army develops concepts and capability to operate in a multi-domain operation (MDO), it becomes imperative to be able to disperse this maneuver to enhance survivability of both the combat systems and the Operational Tempo of the maneuver itself. Rivers have always presented significate challenges to military operations since the existing crossing sites channelize forces along road networks. This makes the sites easily targeted and existing bridges potential obstacles to maneuver. As combat vehicles are constantly changing, generally getting heavier, these heavier vehicles further reduce crossing options in terms of fewer existing bridges having the capacity to traffic these heavier loads. This limits the crossing options by significantly reducing the use of existing bridges to affect crossings. This has been addressed for dry gap crossings with the integration of assault bridging into our armored forces. However, the wet gap crossing currently relies primarily on a Multi-Role Bridge Company supporting a deliberate rafting/bridging operation to project combat power across the wet gap. Wet gap crossing operations, such as those using the Improved Ribbon Bridge (IRB), require a multitude of logistics to successfully operate and deploy. The IRB system requires the use of the Bridge Erection Boat for maneuvering exposing soldiers to enemy fire during operations. The IRB also requires the Common Bridge Transporter as the prime mover. The challenge to this operation remains projecting combat power across the gap, under fire to secure a bridgehead. Projecting combat power across a wet gap requires a multi-faceted solution set to first secure the far bank, then expand a bridgehead, cross the maneuver force and finally extend the lines of communications in support of the force. The first component would consist of having elements of the force (recon, robotic, combat vehicles) capable of swimming the gap to secure the far bank. These forces would be reinforced by heaver combat forces with robotic assault raft/ferry capability to support a contested crossing. These forces would combine effects to expand the bridgehead to allow for the placement of tactical bridging to cross additional combat and support forces to the operation. Requirement Information: The U.S. Army is seeking information on industry�s vision for a completely new tactical wet gap mobility system, not limited by legacy constraints. This system will require advanced capabilities in MDO, autonomous functionality, robust communication, and survivability. The Army is interested in innovative concepts, technologies, and architectures that can deliver a significant leap forward in tactical wet gap mobility, while reducing or removing Soldiers from exposure to enemy fire. This is not a modernization of an existing system, but a new design opportunity. The autonomous rafting system will need to address evolving operational requirements, including dispersed operations, contested electromagnetic environments, and the need for increased agility and responsiveness. Key areas of interest include advanced propulsion systems, novel materials, autonomous navigation, survivability in contact, and integrated sensor suites. Proprietary Information: The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under 18 U.S.C. �1905 to protect information qualifying as �confidential� under this statute. [To avoid possible confusion with the meaning of the term �confidential� in the context of Classified Information,� we will use the term �PROPRIETARY.�] Pursuant to this statute, the Government is willing to accept any trade secret or PROPRIETARY restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) �PROPRIETARY� with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly confidential (over breadth in marking inappropriate data as �PROPRIETARY� may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the Government, shall contain the �PROPRIETARY� legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends �PROPRIETARY PORTION BEGINS:� and �PROPRIETARY PORTION ENDS.� 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondent�s marking of data as �PROPRIETARY� will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain confidential information without using support contractors consistent with the resources available. III. SUBMISSION INSTRUCTIONS All responding to this market survey shall provide specific information to include a summary of its company�s capabilities in a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to fulfil the Government�s requirement. Respondents are encouraged to provide information on their company's experience and capabilities in the following areas: Conceptual design and development of wet gap mobility systems Advanced materials research and application Development of autonomous and robotic control systems Integration of secure communication systems (M-Code, RAS-G) Development of advanced power and propulsion systems Logistics and sustainment planning for complex tactical systems Innovative approaches to system survivability and resilience Integration with future U.S. Army and North Atlantic Treaty Organization (NATO) architectures The Capability Statement should include the following information: BASIC COMPANY INFORMATION: Company Name: Are you a large or small business? ? Large ? Small If you are a small business, are you: ? Small Disadvantaged or 8(a)? ? In a Hubzone? ? Service-Disabled Veteran-Owned? ? Women Owned? Mailing Address: E-Mail Address: Point of Contact (POC)/Title: Telephone No: Fax No: SYSTEM CAPABILITY INFORMATION: What experience does your company have with conceptual design and development of wet gap mobility systems or similar technologies? Please describe your company's relevant products or services, focusing on innovative approaches. What types of mobility systems or technologies does your company envision for the future of tactical mobility? Provide a list of your major customers to include company name and a point of contact with phone number within the company. Have you previously worked with the U.S. Department of Defense (DoD) on similar programs? If so, please provide details (program name, contract number, point of contact). TECHNICAL CAPABILITIES & REQUIREMENTS (Please answer to the best of your ability, focusing on potential capabilities for a new system to include applicable Technology Readiness Levels): Mobility & Performance: Describe your company�s vision for wet gap bridging and rafting design and construction, including novel approaches to land-water transition. What is your company�s capability to design systems for operation on extremely varied terrain, including steep slopes and challenging soil conditions? Please specify the range of slopes and soil types your systems could potentially navigate to get to the breach. What payload capacity do you envision for the autonomous rafting system? Describe the potential transport dimensions (length x width x height) and air transportability options (e.g., C-17, C-5). What speeds could your systems achieve on land (primary and secondary roads) and in water (burdened and unburdened conditions, varying water depths/sea states)? Please provide potential figures (mph/kph and fps/mps/knots). What minimum water depth operations are feasible for your proposed system while maintaining full payload capacity? Describe your company�s vision for rafting and bridging operations with the autonomous rafting system. What load limits (normal and caution crossing) are achievable? Autonomy & Communication: What level of autonomy does your company believe is achievable and desirable for the autonomous rafting system? (e.g., remote control, semi-autonomous, fully autonomous). Describe the navigation capabilities (Line-of-Sight (LoS)/non-LoS) and potential for operating in GPS-denied environments. Describe your company�s experience with integrating secure military communication systems (e.g., M-Code). What are the challenges and potential solutions for maintaining secure communication in contested environments? Does your company envision the autonomous rafting system operating with leader-follower functionality or as a robotic wingman? Describe the level of independence and coordination these systems could achieve. Describe your company�s experience with providing 360-degree situational awareness systems. What level of human-machine teaming is envisioned? What health monitoring and diagnostic capabilities could be integrated into the autonomous rafting system? (e.g., self-monitoring, self-reporting, prognostic/predictive maintenance). Survivability & Safety: Describe your company�s approach to providing armor protection and system survivability against kinetic and non-kinetic threats (cyber, NBC, energy). What safety features would be incorporated into the autonomous rafting system to ensure safe operation in diverse environments? (e.g., collision avoidance, go/no-go rafting systems, hydrodynamic design monitoring). Describe your company�s experience with AI-centric object detection, scene understanding, and decision-making for hazard avoidance and safe operation. What experience does your company have with meeting marine and maritime safety regulations (U.S. Federal Regulations, International Conventions)? Power & Maintainability: Describe your company�s vision for advanced power and propulsion systems for the autonomous rafting system, including regenerative/hybrid drive systems and silent drive technologies. What types of energy banks does your company propose for the autonomous rafting system? (e.g., standard military fuel cells, alternative fuels, electric). Describe your company�s capabilities in Prognostic and Predictive Maintenance and how these could be applied to the autonomous rafting system. Does your company prioritize a Modular Open Systems Architecture for the autonomous rafting system? If so, please describe your approach. Environmental & Interoperability: What operational temperature range could your proposed system operate within? (�C and �F for both hot and cold environments). Describe your company�s experience with designing systems for operation in offshore seawater, estuary areas, and degraded environments. What experience does your company have with interoperability as it relates to existing U.S. Army bridging systems and NATO standards? Describe your company�s experience with RAS-G Interoperability Profiles (IOP). Future Development & Innovation: What emerging technologies is your company researching or developing that could significantly impact the capabilities of the autonomous rafting system? What are the biggest technical challenges you foresee in developing a system like the autonomous rafting system? What innovative approaches could your company bring to bear to address these challenges and deliver a truly next-generation tactical mobility system? References: Do you have experience with Standardization Agreement 2021, Military Load Classification of Bridges, Ferries, Rafts and Vehicle? Is your system in accordance with the Nato Allied Engineering Publication AEP-4865 or formally known as the Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment (TDTC)? If the TDTC, please specify which version. COST & SCHEDULE INFORMATION: (Rough Order of Magnitude) What is your estimated cost range for developing a full autonomous rafting system prototype (including design, fabrication, and testing)? What is your company�s estimated lead time for delivering a functional autonomous rafting system prototype? Responses to this market survey shall be submitted to the Contract Specialist, Kelly Harp, via email at kelly.j.harp.civ@army.mil. For submissions including files exceeding email limits, submit your response via DoD SAFE at URL: https://safe.apps.mil/ to the Contract Specialist followed by an email to the Contract Specialist of your DoD SAFE submission. You are requested to put Rapid Powered Transport for Rafting Market Survey� in the email subject line and description in DoD SAFE. Any requests for clarification of this survey shall be addressed to Contract Specialist, Kelly Harp at kelly.j.harp.civ@army.mil Disclaimer: This RFI is for informational purposes only and does not constitute a commitment to procure any products or services. The U.S. Army reserves the right to modify or cancel this RFI at any time. This is a request for information regarding a new system development, not a modernization effort. Thank you for your participation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d939372e5344fcaa4750e97abbd031c/view)
 
Place of Performance
Address: Warren, MI, USA
Country: USA
 
Record
SN07539824-F 20250808/250806230057 (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.