US Navy sUAS requirement

US Navy sUAS requirement

aerovelfish

This is interesting, I wonder if they are creating a gap for Aerovel

This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) 15.2, and is published to obtain market research for use by the Naval Air Systems Command (NAVAIRSYSCOM), Program Executive Office, Unmanned Aviation and Strike Weapons (PEO(U&W), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263), Patuxent River, Maryland.

NAVAIRSYSCOM intends to issue Basic Ordering Agreements (BOA) to provide PMA-263 with Small Tactical Unmanned Aircraft System (STUAS) systems in accordance with the requirements contained herein. A BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. A BOA is not a contract. Delivery/Task Orders issued under BOAs are the binding contractual actions, and each order issued shall be subject to the contract clauses, provisions, certifications, terms, and conditions of the BOA. Issuance of BOA’s will be based on evaluation of qualifications in accordance with the criteria as set forth in this notice. Award of specific orders as requirements arise will be based on price/cost and other factors as deemed desirable and set forth for each specific requirement. The Government reserves the right to set-aside future BOA orders for small businesses contractors when practicable. In the event more than 1 BOA is issued, specific firm-fixed priced orders will be competed among the BOA holders. Individual orders will not be synopsized unless it is determined by the Contracting Officer that the requirements of FAR Part 5 have not been met by this notice for a specific order, or otherwise determines that synopsis of the requirement is in the best interest of the Government.

The Government does not intend to pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government’s use of such information. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals.

Contractors that demonstrate that they meet the qualifications in paragraph 3.0 will be considered for issuance of a BOA. The Government reserves the right not to issue a BOA.

BOAs will be issued for a period of 3 years. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the BOAs. Government funds are obligated only to the extent that a duly issued order creates such an obligation. The BOA can only be changed by modification of the agreement itself and not by individual orders issued under the BOA. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. A BOA may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, NAVAIR may continue to place orders under the BOA.

 

2. OBJECTIVE

PEO (U&W), PMA-263 is seeking industry inputs to identify Small Tactical Unmanned Aircraft System (STUAS) systems capable of providing Intelligence, Surveillance and Reconnaissance (ISR) in day and night operations, and in adverse environmental conditions. The systems are intended to build needed Foreign Partner capacity in accordance with Defense Security Cooperation Agency guidelines.

These systems may build partner capacity in countries with differing levels of access to protected U. S. technologies. To this end, Section 4.0 asks respondents to identify the full range (minimum to maximum) of capability within configuration management control for technical attributes such as air vehicle performance, sensor performance, ground station performance, system architecture, communication link design, operating software, and any associated payload capability.

3.0 REQUIREMENTS

(“STUAS” or “the system” refers to the air vehicles and the ground system, to include the control segment, support equipment, launch and recovery equipment, and any ancillary equipment required to accomplish the mission.)

System capabilities must be complete and qualified through test and demonstration. A system must be proven to work in its final form and under the expected operational conditions.

The desired STUAS should be of lightweight design (Group 2 or low-end Group 3) and shall have the capability of providing real time full motion video via electro-optical (EO) and infrared (IR) sensors for maritime and land based operations with minimal setup and quick (1 to 2 hour) disassembly capabilities. Systems should be capable of reaching high altitudes to avoid detection or enemy intervention for transit to and from the operating area, with a normal operating altitude in the operations area of 3,000 – 5000 feet AGL.

The air vehicle should be capable of autonomous or manual launch and recovery with minimal to no required modifications in a small confined area and hot or cold terrain conditions. It must be runway independent. The system configuration should be designed for quick (24 Hour) deployment, long range missions (minimum 10-12 hours flight time), quick turn-around times between day & night operations. The minimal air vehicle performance attributes are listed in Table 1.

The ground control station should be easily deployable and have the necessary equipment to monitor UAS sensor(s) position and status, control its movement and have the capacity to view video surveillance in real time. The system should be reusable and rugged enough to survive adverse weather conditions, unimproved areas, uneven terrain, urban areas, forested areas and salt water (maritime) conditions.
Required minimum system capabilities are listed below.

Table 1

Minimum Air Vehicle Performance Specifications

Airspeed

Minimum 50 KTAS[1]

Service Ceiling[2]

Minimum 15,000 Feet MSL[3]

Takeoff / RecoveryWind Limits

Maximum  Headwind30 Knots

Crosswind10 Knots

Maximum Gust 15 Knots

Takeoff, Operations,and Recovery

Temperature Range

-20 to +140F

95%

RelativeHumidity

DensityAltitude 6000Feet forTakeoff andRecovery

RainfallMaximum0.25

Inches/Hour

Takeoff / RecoveryArea

100 x 100 Meter Area Surrounded by Obstacles up to 15 Feet Tall,Sloping up to 4 Degrees, with Surface Obstacles/DepressionsThroughout, up to 1 Foot Depth/Height

Endurance

Threshold: 10 Hours of Continuous Sensor Data

Objective: 18 Hours of Continuous Sensor Data

https://www.fbo.gov/index?s=opportunity&mode=form&id=ae4be9a2582a43884b2773596f89a32c&tab=core&_cview=1

Press