Maryland Bids > Bid Detail

Request For Information for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159535354679698
Posted Date: May 10, 2023
Due Date: May 22, 2023
Solicitation No: 243-23-037
Source: https://sam.gov/opp/652ba00ea7...
Follow
Request For Information for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
Active
Contract Opportunity
Notice ID
243-23-037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 10, 2023 02:07 pm EDT
  • Original Published Date: Apr 24, 2023 04:20 pm EDT
  • Updated Response Date: May 22, 2023 04:30 pm EDT
  • Original Response Date: May 22, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: L015 - TECHNICAL REPRESENTATIVE- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 541370 - Surveying and Mapping (except Geophysical) Services
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description View Changes

1.0 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 broaden industry partnership and to procure, on a competitive basis, COCO services necessary to provide UAS ISR services for the Navy and 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). These services will support domestic and coalition military partners in combat and contingency operations. Currently, these services are being delivered under performance-based Basic Ordering Agreements (BOAs) issued in March 2021 to Insitu, Inc. of Bingen WA, and Textron Systems of Hunt Valley MD, for land-based and sea-based ISR services. The existing BOAs, N0001921G0007 and N0001921G0008, respectively, are Firm-Fixed-Price type and are due to expire in March 2026. Detailed information on the existing BOAs can be obtained via the following website: https://www.navair.navy.mil/foia. This Request for Information is issued with the intent to award BOA(s) to onboard additional qualified vendor(s) to compete for future ISR COCO Services.



THIS REQUEST FOR INFORMATION IS NOT A REQUEST FOR PROPOSALS AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. This Request for Information 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. The Government is under no obligation to award a contract as a result of this Request for Information. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Request for Information. Any information submitted by respondents is strictly voluntary. The Government will not return submittals to the sender. Respondents to this Request for Information may be requested to provide additional information based on their initial submittals in order for the Government to make a fully informed capability assessment.



2.0 OBJECTIVE



PMA-263 is seeking to identify additional contractors capable of providing COCO ISR services in support of DoD, OGA, and combat and contingency operational requirements. This Request for Information is related to support for land-based and sea-based operations to provide reliable delivery of Sensor Data. Contractors would be responsible for resources to produce Sensor Data, such as trained personnel, non-developmental UAS equipment, certifications, operation and maintenance, spares and product support. Contracted services would be in direct support of ISR missions requiring around the clock imagery and other sensor capability in support of those missions. Contractors shall be capable of providing ISR 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.



3.0 REQUIREMENTS



PMA-263 is specifically interested in UAS ISR services capable of the following performance parameters. The following parameters constitute mandatory minimum requirements:



• Operational range: at least 75 nautical miles (nm) from the ground control station located at the launch site, with a single air vehicle, for both sea-based and land-based UAS operations



• Datalink range (communications and Full Motion Video (FMV)): Line of Sight with Type-1 Encryption utilizing the Bandwidth Efficient Common Data Link (BE-CDL) waveform



• On Station Time: 10 hours Time-on-Station (TOS) at maximum range



• Simultaneous, multi-intelligence (multi-INT) capable with FMV sensor(s) and an Electronic Warfare (EW) type sensor



• FMV: Electro Optic (EO)/ Infrared (IR) – National Imagery Interpretability Rating Scale (NIIRS) of Level 8.4 or above for EO and 7.2 or above for IR when taken from the UAV at an altitude of 3,000 feet above ground level (AGL) at a 45-degree slant range



• Global Positioning System (GPS) Precise Positioning Service (PPS) receiver



• Operate in contested/degraded situations (UAS shall be capable of a minimum 74dB of GPS anti-jamming for all phases of flight)



• Operate in adverse weather conditions and austere environments



• Runway Independent



• For land-based operations, the Air Vehicle (AV) shall operate on commonly available fuels at forward-deployed locations, such as MIL-DTL-5624, grade JP-4/JP-5; MIL-DTL-83133 grade JP-8/JP-8+100; ASTM D910, aviation gasoline grade 100LL; and their equivalent NATO and commercial versions. For ship-based operations, the AV shall operate on MIL-DTL- 5624, grade JP-4/JP-5.



• 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.



• Meet the NDAA2023 Section 817 requirements for country of origin of UAS and critical components.



• 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.



4.0 REQUESTED INFORMATION



The Government requests that interested vendors submit to the contracting office a brief capability statement package demonstrating ability to perform the services based on the parameters in paragraph 3.0. The respondent should be sure to include detailed information in response to the questions listed below.



4.1 Company Profile/Status:



4.1.1 What is your experience and maturity (a) with manufacturing and developing Unmanned Aircraft System products and (b) with providing ISR services?



4.1.2 Please provide your CAGE code, Unique Entity Identifier number, current number of employees, annual revenue history, office location(s), the respondent’s web page URL, and a statement regarding current small or large business status based on the designated NAICS code.



4.1.3 What is the Technology Readiness Level (TRL) of your candidate UAS as described in the DoD Technology Readiness Assessment handbook?



4.1.4 Is the UAS currently available on one or more GSA schedules? If so, which one(s)?



4.1.5 Did you receive funding to develop your UAS from a government agency?



4.2 UAS Operating Parameters/Configuration:



4.2.1 Describe how the UAS satisfies the minimum requirements stated in paragraph 3.0 above. In addition, describe the following:



4.2.1.1 System’s anti-jam capabilities.



4.2.1.2 System’s Alternative Positioning, Navigation, and Timing (APNT) solutions capabilities in a degraded/contested GPS environment.



4.2.1.3 System’s weather limitations to include but not limited to ice, rain, and wind.



4.2.1.4 System’s environmental limitations (altitude, temperature, etc).



4.2.1.4.1 System’s level of compliance with MIL-STD-461G.



4.2.1.4.2 System’s level of compliance with MIL-DTL-901E (Grade B).



4.2.1.4.3 System’s design criteria with respect to minimizing Radar Cross Section (RCS).



4.2.1.5 System’s ability to remain visually and audibly non-detectable at operating altitude.



4.2.1.6 Data link used including waveform, operational frequency band, analog or digital, and encryption capabilities.



4.2.1.7 Data link range at different operating altitudes.



4.2.1.8 How ground control station communicates with the air vehicle should the system be operating in a Beyond Line of Sight (BLOS) situation.



4.2.1.9 How is the air vehicle launched and recovered?



4.2.1.9.1 How many launches, recoveries, and total flight hours have been successfully accomplished for this configuration?



4.2.1.10 Describe how ship-based operations would occur to include launch and recovery profiles and ship infrastructure requirements.



4.2.1.11 Describe staffing requirements at the organizational level.



4.2.1.11.1 How many people are required to operate the UAS?



4.2.1.11.2 How many people are required to maintain the UAS?



4.2.1.12 A field packed system is defined as having all the required equipment to accomplish a mission and be in a state safe to be transported. How long does it take to go from a field packed system to air vehicle launch?



4.2.1.13 Provide data supporting that the UAS has been tested in a relevant operational environment, including day and night video, if available.



4.2.1.14 Has the UAS conducted field user evaluations for the U.S. Government? If so, please provide the following:



4.2.1.14.1 Applicable (unclassified) results as to what was demonstrated



4.2.1.14.2 Any changes since the demonstration, as relevant to this RFI



4.2.1.14.3 U. S. Government Point of Contact.



4.2.1.15 What software operating system does the UAS use? Was the software developed and coded in the U.S.? Does the operating software interface with DoD software and DoD mapping imagery software or does it require company proprietary software to operate the system?



4.2.1.16 How does the UAS download and store data through the ground control station and for how long?



4.2.1.17 Is the UAS controlled under the International Traffic in Arms Regulations (ITAR)?



4.2.1.18 Do you have an export configuration? If so, please describe the Export Configuration.



4.2.1.19 Has Critical Program Information (CPI) or Critical Technology (as defined in the DoDI 5200.39) that requires anti-tamper protection and/or low observable requirements been identified for the UAS? (Unclassified responses only)



4.3 Training and Field Support:



4.3.1 Describe any other ancillary equipment that is not included as part of the system configuration, such as calibration equipment.



4.3.2 Indicate whether there are existing operational and maintenance publications or manuals.



4.3.3 Provide the UAS’s sparing requirements based on 9,000 flight-hours per year per site for land-based ISR services and 2,400 flight-hours per year for ship-based ISR services.



4.3.4 Describe the UAS’s facility and infrastructure requirements at a fielded site.



4.3.5 Describe Continental United States (CONUS) and Outside the Continental United States (OCONUS) field support on the UAS while deployed to include harsh or hostile environments overseas.



4.3.6 Describe the existing training curriculum (course type classes, devices, duration, training location and any certification requirement timelines).



4.3.7 Provide any other system features that the UAS has that are unique and stand out from other system platforms.



4.4 Cybersecurity Support



4.4.1 Describe whether the system has undergone a DoD sanctioned ATO or IATT using the Risk Management Framework (RMF) process prescribed in DoDI 8510.01.



4.4.2 Does the system have an active ATO/IATT from a DoD Service Branch? If so, which branch?



4.4.3 Can artifacts be provided to support a Navy/NAVAIR ATO?



4.4.4 Is the service branch AO possessing the ATO amenable to supporting a reciprocity ATO and engaging in a Memorandum of Agreement with NAVAIR?



4.4.5 Describe the current processes that you have implemented to ensure the system meets the information security requirements established within the NIST 800-53 SP framework.



4.4.6 Has the system undergone cybersecurity test and evaluation?



4.4.7 Is there a network architectural diagram for the system? If so, does this include component/subcomponent interfaces, information flow, ports, protocols, and IP addressing used?



4.4.8 Does the system have a System Security Plan (SSP) outlining its implementation status with security controls?



4.4.9 Has the system undergone network vulnerability scans, and network enumeration scans (Nessus, Wireshark, NMAP, etc.)?



4.4.10 Does the system have a list of hardware used to process, store, and transmit information? (i.e., Full Bill of Material (BOM))



4.4.11 Does the system have a complete list of the software used on the system and its function(s)? (i.e., Software Bill of Material (SBOM)



4.4.12 Have software assurance techniques been applied to the system, ensuring origins of the code and that it is free from vulnerabilities (secure SDLC, code scanning, quality checks, patch management planning, software testing, configuration control, and SBOM)?



4.4.13 Describe how your company has implemented enterprise cybersecurity standards onto your resident IT equipment to be ability to process, store, and transmit DoD Controlled Unclassified Information (CUI).



4.4.14 Is the company’s IT infrastructure capable of meeting the requirements directed in DFARS 252.204-7012 for safeguarding covered defense information and cyber incident reporting?



4.4.15 Has the company assessed their cybersecurity implementation against the NIST SP 800-171 SP framework?



4.4.16 Has your company undergone a Cybersecurity Maturity Model Certification (CMMC)?



4.4.17 Does the company have an enterprise SSP?



5.0 RESPONSES



All interested sources shall submit responses electronically, consisting of a capability statement addressing the information required by paragraph 4.0 above via email to the following points of contact below no later than 22 May 2023: Ms. Torie Benefield at torie.d.benefield@us.navy.mil, Ms. Candice Anderson at candice.l.anderson6.civ@us.navy.mil, and LCDR Ryan Cram at ryan.m.cram.mil@us.navy.mil. 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 reference SAM.gov reference 243-23-037_ PMA_263_UAS_ISR_SERVICES. The response shall contain the respondent’s primary point of contact with phone number and email address.



Request For Information responses are limited to 15 pages, in 12 point font, not including preprinted (pre-published) information material. In order to maximize efficiency and minimize the effort involved in the evaluation process, all submissions must comply with the following format and content:




  • 8.5 x 11 inch page

  • single-spaced typed lines

  • newspaper column formatting is not permitted

  • 1 inch margins on all sides

  • not smaller than a 12 point font without condensing

  • photographs, pictures or hyperlinks are permitted

  • files shall be Microsoft Office 2016 compatible or PDF format; no ZIP files, no fold-out pages.



All material provided in response to this Request for Information shall be UNCLASSIFIED. To the maximum extent practicable, respondents should limit the delivery of non-proprietary information. Responses to this Request for Information will not be returned.



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 Request for Information responses, the Government may contact respondents independently for further clarification of the submittal.



6.0 RESPONSES TO QUESTIONS RECEIVED



6.1 The below questions and answers are in response to an inquiry regarding Section 3.0, Requirements:



6.1.1 Is this [operational] range based on a maritime deployment/installation?




  • Answer: The 75nm range is for both sea-based and land-based UAS operations.



6.1.2 Is this [operational range] considered a connection between the ground control system at the launch site or could that also include a “handoff” between the air vehicle and a forward node to extend operational flexibility?




  • Answer: A single air vehicle must be able to operate a minimum of 75nm from the ground control station located at the launch site.



6.1.3 Is the operational range based on a customer concept of operation or is there any additional information available?




  • Answer: There is no additional information that can be provided.



6.1.4 Is there any additional information on this jam-to-signal calculation?




  • Answer: There is no additional information that can be provided.



6.2 The below questions and answers are in response to an inquiry regarding Section 4.0, Requested Information, Part 4.3.3.



6.2.1 Is 54,000 [flight-hours per year] intended to be 5,400 [flight-hours per year]?




  • Answer: 54,000 flight-hours per year was for all six sites currently operating. Part 4.3.3 has been updated to reflect 9,000 flight-hours per year per site.



6.2.2 Are the sparing requirements for spare air vehicles or component parts based on mean time before failure?




  • Answer: Sparing requirements and details are based solely on the original equipment manufacturer (OEM) assessments of what is required to meet the previously stated flight-hour requirements.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
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 >