Maryland Bids > Bid Detail

Reconnaissance, Surveillance and Target Acquisition (RSTA) Request for Information (RFI)

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159297952305736
Posted Date: Apr 26, 2023
Due Date: May 26, 2023
Solicitation No: N00019-23-RFPREQ-WPM263-0264
Source: https://sam.gov/opp/ff6c42ae13...
Reconnaissance, Surveillance and Target Acquisition (RSTA) Request for Information (RFI)
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-WPM263-0264
Related Notice
Department/Ind. Agency
General Information
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 26, 2023 03:42 pm EDT
  • Original Published Date: Apr 25, 2023 04:00 pm EDT
  • Updated Response Date: May 26, 2023 05:00 pm EDT
  • Original Response Date: May 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

Revision 1: Announcement was revised to add language to clarify that multiple submissions are permissible.



INTRODUCTION



The Naval Air Systems Command (NAVAIRSYSCOM) Program Executive Office, Unmanned Aviation and Strike Weapons, PEO(U&W), Patuxent River, Maryland, announces its intention to procure, on a competitive basis, the services necessary to provide Unmanned Air Systems (UAS) Reconnaissance, Surveillance and Target Acquisition (RSTA) for the Marine Corps Small Tactical Unmanned Aircraft Systems (STUAS) Program Office (PMA-263) in support of the Department of Defense (DoD) and Other Government Agencies (OGA). Increased RSTA capability provided by UAS is required to meet the Marine Corps’ Force Design 2030 strategy. Deputy Commandant, Combat Development and Integration signed a Decision Paper outlining a strategy to provide RSTA operations at sea and ashore.





NAVAIRSYSCOM requires RSTA services that will support Marine Expeditionary Units (MEU) across the entire spectrum of conflict and be employed in support of the Marine Littoral Regiment (MLR) and/or Ground Combat Element (GCE). This Request for Information (RFI) is related to providing reliable delivery of RSTA Sensory Data while supporting multiple MEU and MLR operations throughout a three (3) to five (5) year period and will help inform a United States Marine Corps (USMC) Program of Record (PoR) decision.





THIS RFI IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





This RFI is a market research tool being used in accordance with Federal Acquisition Regulation (FAR) Subpart 15.2 to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a solicitation. The Government will not return submittals to the sender. Respondents to this RFI may be requested to provide additional information based on their initial submittals in order for the Government to make a fully informed capability assessment.





OBJECTIVE



PMA-263 is seeking industry inputs to identify contractors capable of providing RSTA services in support of Department of Defense (DoD), OGA, and combat and contingency operational requirements. Interested vendors shall have Technology Readiness Level (TRL) 7 or higher systems that are capable of vertical takeoff and landing from a constrained area (i.e. a ship underway, improvised locations on land) and a small logistical and operational footprint that is employable with two to four personnel. The employed system shall be transportable using a single MV-22, take-off and land autonomously without external support equipment, and be controllable from a single tablet/PC based interface. NAVAIRSYSCOM requires systems that further enhance the Marine Corps’ capabilities to operate from austere shore and sea-based environments while conducting maritime RSTA using a variety of technologies; systems must be able to perform at long ranges for extended periods while relaying accurate and relevant mission essential information to the supported unit.



Contractors would be responsible for resources to produce Sensor Data, trained personnel, non-developmental UAS equipment (TRL 7 or higher), certifications, operation and maintenance, spares and product support. Contracted services would be in direct support of RSTA missions requiring around the clock imagery and other sensor capability in support of those missions. Contractors shall be capable of providing RSTA services on a normal and surge basis, day and night, 24 hours a day, seven days a week. Pre-deployment, deployment, and post-deployment support would be required, and would entail execution of a variety of responsibilities inherent to execution of such support, including but not limited to, equipment transportation, export control licensing, insurance, personnel travel, processing for overseas movement and accountability, visa coordination, compliance with requirements at DFARS 252.225-7040, compliance with DoDI 3020.41, etc.





This document provides RSTA interested vendors with the criteria that the Government will use to conduct capability assessments with regard to candidate UAS solutions described in requested system performance summaries. Threshold (T) and Desired requirements are distinguished where appropriate.



The information submitted by industry in response to this RFI will be used to inform the Government’s acquisition strategy for this requirement and to assess sources that are potentially capable of fulfilling the Government’s requirement. While subject to change, the Government is notionally considering establishing a procurement vehicle for three (3) to five (5) years of Contractor-Owned Contractor-Operated (COCO) services. The exact procurement vehicle (i.e., Multiple Award Contract, Basic Ordering Agreements, etc.) has yet to be determined. The anticipated contract type is Firm Fixed Price (FFP).



Note: For respondents whose technologies otherwise meet requirements and show high promise but who do not possess the required Authority to Operate (ATO) and/or Interim Flight Clearance (IFC), the Government will make itself available to discuss possible avenues to assist vendors in pursuing the required ATO and IFC.



REQUIREMENTS



1. PERFORMANCE



1.1 Execute a single 12 hour flight window including all Organizational-level maintenance operations using (T) four / (desire) two personnel.



1.2. (T) Continuous electrical power available for payloads only: minimum 600 Watt (W) at 28 Volts of Direct Current (VDC) regulated. Desire continuous electrical power available for payloads only: 1,200W+ at 28VDC regulated.



1.3. (T) Ability to operate from moving vessels under pitch 3 / roll 5 degrees.



1.4. System shall be capable of controlling the air vehicle (AV) and payloads from a single tablet/PC based interface.



2. SYSTEM ATTRIBUTES



2.1. System shall be capable of take-off and landing autonomously without external support equipment.



2.2. “Open Architecture” control and payload software that allows modification by the Government desired.



2.3. Ability to utilize multiple energy sources for maximum operational flexibility. Desire United States Navy (USN) heavy fuels (JP- 5 or JP-8).



2.4. UAS batteries or battery packs that have obtained United Nations (UN) and US Department of Transportation (DOT) 38.3 certification.



2.5. Mature (see Reference 5.9) manufacturer of the UAS shall be based in the United States (US). UAS production shall be based in the US or affirmatively demonstrate compliance with Section 848 of the FY2020 National Defense Authorization Act (NDAA), "Prohibition on Operation or Procurement of Foreign-Made Unmanned Aircraft Systems”. UAS software and firmware shall be developed, modified, and controlled within the US or affirmatively demonstrate NDAA compliance.



2.6. Mature manufacture compliance with Executive Order 13981, “Protecting the United States from Certain Unmanned Aircraft Systems”, and Federal Acquisition Regulation clause 52.204-25 “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”.



2.7. Compliance with FY2023 NDAA Section 817 requirements for country of origin of UAS and critical components is required.



2.8. Compliance with 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



2.9. Compliance with 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



2.10. Technology Readiness Level (TRL) 7 required, as defined by the Defense Acquisition Guidebook (DAG), Defense Acquisition University (DAU).



2.11. Manufacturing Readiness Level (MRL) 7 required. UAS should be in or near a state of detailed design. Manufacturer has demonstrated the ability to produce small numbers of aircraft with consistent quality. Quality Assurance processes are in place to assure consistent subsystem and system performance. Maturity of manufacturing processes should be commensurate with a TRL 7 UAS.



2.12. In accordance with DoDI 8510.01, obtain an Authorization to Operate (ATO) from the NAVAIR Function Authorization Official (FAO) (ATO with Provision (ATO-P), or reciprocity ATO inherited from another DoD Service Branch are acceptable).



2.13. Submission of a data package that contains engineering data necessary to support a Category 3 Interim Flight Clearance (IFC) in accordance with NAVAIRINST 13034.1G, Airworthiness Policy.



3. OPERATIONAL ENVIRONMENT



3.1. Must be able to operate in controlled and uncontrolled airspace.



3.2. (T) Preflight or ground operation from -5F to +120F. Desire preflight or ground operation from -20F to +130F.



3.3. System must be capable of operating under long-term exposure to dusty, humid, and marine environments (i.e., sea spray).



3.4. System meets the shock and vibration standard (see reference 5.1).



3.5. Packed system must be able to be stored in uncontrolled climate conditions (temperature 0-120F, relative humidity 10-100%, full sunlight exposure, marine conditions).



3.6. (T) The system must be capable of operation in visible moisture. Desire system be capable of operation in all weather conditions.



4. TRANSPORTABILITY



4.1. At minimum, the system shall be capable of transport by a single MV-22.



4.2. Maximum two-man lift for any individual container.



4.3. Storage and transportation of system shall not impact current operational warfighting capability and capacity.



4.4. No manufacturer-unique tools shall be required for system unpacking, assembly, or breakdown.



5. REFERENCES



Applicants are encouraged to review the following standards to facilitate clear future conversations with the Government. Note that this list is not intended to be exhaustive.



5.1. Military (MIL)- Standard (STD)-810H, Environmental Engineering Considerations and Laboratory Tests



5.2. MIL-STD-1474E, Design Criteria Noise Limits, Appendix C



5.3. Standardization Agreement (STANAG) 4586, Standard Interface of Unmanned Air Vehicle (UAV) Control System (UCS) for North Atlantic Treaty Organization (NATO) UAV Interoperability



5.4. STANAG 4676, NATO Intelligence, Surveillance and Reconnaissance Tracking



5.5. National Geospatial-Intelligence Agency (NGA) Motion Imagery Standards Profile (MISP) 2021.1



5.6. Motion Imagery Standards Board (MISB) Standard (ST) 0902.8



5.7. MISB ST 0601.16a



5.8. Mature manufacturer:



- Capability Maturity Model Integration (CMMI) Level 3 or higher



- International Organization for Standardization (ISO) 9001 and AS 9100 for Quality Management Systems (QMS)



5.9. Department of Defense Instruction (DoDI) 8500.01, Cybersecurity



5.10. DoDI 8510.01, Risk Management Framework for DoD Systems



5.11. Federal Aviation Regulations Title 14 CFR Part 33: Airworthiness Standards Engines



5.12. NAVAIR INSTRUCTION 13034.1G, Airworthiness Policy



REQUESTED INFORMATION SYNOPSIS



Formal questions and answers will be communicated through modifications to this RFI. The government will not respond to questions after the date and time provided. All interested sources shall submit questions electronically to the points of contact below no later than 5:00 PM EST 02 May 2023. The Government anticipates responding to questions no later than 5:00 PM EST 12 May 2023.





All answers provided shall be UNCLASSIFIED and not contain CUI.





All interested sources shall submit responses electronically to include a capability statement addressing the ability to perform COCO RSTA services as well as a completed UAS Questionnaire (attached to this announcement) via email to the points of contact below no later than 5:00 PM EST 26 May 2023. Multiple submissions are authorized if respondents have more than one UAS technology that might be viable to meet the requirement. Note that file sizes larger than 5MB are not recommended, as they may not be receivable due to Navy Marine Corps Intranet security protocol. It is the respondent’s responsibility to monitor this site for the release of any follow-on information. Responses shall include the reference number of this SAM.gov announcement. The response shall contain the respondent’s name, street address, CAGE code, point of contact with phone number and email address, and the respondent’s web page URL.





Points of Contact:



Leah Juron, leah.juron.civ@us.navy.mil



Joy McBride, joy.a.mcbride2.civ@us.navy.mil



Candice Anderson, candice.l.anderson6.civ@us.navy.mil





RFI responses, inclusive of the capability statement and completed UAS questionnaire, are limited to no more than 15 pages, in 10 point font, and shall be Microsoft Office 2016 compatible or PDF format; no ZIP files or fold-out pages are permitted.



All material provided in response to this RFI shall be UNCLASSIFIED.





To the maximum extent practicable, respondents should limit the delivery of non-proprietary information. If the response includes proprietary information, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require Government support contractors providing advisory and assistance services to the Government to facilitate the execution of information/proprietary exchange agreements with you. Government Support Contractors may assist in the review of any data provided by applicants. Government Support Contractors have entered into Non-Disclosure Agreements (NDAs) with the Government, which precludes them from disclosing any proprietary data outside of the Government. However, if respondents desire a separate NDA with Government support Contractors, respondents should submit an NDA form, along with instructions, to the POCs listed in this notice at the time of their submission. If respondents choose not to submit an NDA form for completion, their submission of a response to this announcement constitutes consent that the Government Support Contractors will have access to their proprietary information. The Government will NOT be responsible for the disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of RFI responses, the Government may contact respondents independently for further clarification of the submittal.



Responses to this RFI will not be returned.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >