Advanced Subscale Aerial Program (ASAP 2). This requirement is for threat representative aerial targets for the Army and other services and Allied Nations to support a variety of missions which require both simulated and live-fire engagements.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Mar 07, 2022 10:33 am EST
- Original Response Date: Mar 21, 2022 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1550 - UNMANNED AIRCRAFT
- NAICS Code:
- 336411 - Aircraft Manufacturing
- Place of Performance: USA
Description
SOURCES SOUGHT NOTICE
Advanced Subscale Aerial Program (ASAP)
INTRODUCTION:
The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Cyber, Test and Training (PM CT2), Threat Systems Management Office as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide a BQM-167A, MQM-178A, or equivalent subscale aerial targets. The targets will be used to test and evaluate surface to air defense weapons systems. The Government does not own technical data packages for the BQM-167A, MQM-178A target systems and related peculiar support equipment and therefore cannot provide this data to interested parties.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part), procured through full and open competition or sole source. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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.
PROGRAM BACKGROUND:
U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Cyber, Test and Training (PM CT2), Threat Systems Management Office has a requirement to acquire and provide affordable, reusable, realistic, threat representative aerial targets to the Army, other services, and Allied Nations to support a variety of missions which require both simulated and live-fire engagements. The Army currently owns and operates a small pool (less than 30 each) of BQM-167 and MQM-178 aerial targets to meet these requirements. The Government does not own technical data packages for the BQM-167A, MQM-178A target systems and related peculiar support equipment and therefore cannot provide this data to interested parties.
REQUIRED CAPABILITIES:
The subscale aerial targets shall meet the following threshold performance requirements and Key Performance Parameters (KPPs):
BQM-167A Threshold Performance Requirements & Key Performance Parameters (KPPs)
- Endurance (minutes): 60, with 30 of the 60 at military power at 15,000 ft. (Threshold/KPP) 75, with 45 of the 75 at military power at 500 feet (Objective)
- Minimum-to-Maximum Airspeed Range: 250 Knots Calibrated Air Speed (KCAS) to 0.90M at 15,000 feet (Threshold/KPP) 200 KCAS to 1.5M at 15,000 feet (Objective)
- Payload Carriage: i), Total (pounds): 300 (Threshold/KPP); 500 (Objective); ii) Internal (pounds): 100, plus Growth Capacity (Threshold/KPP); 350 (Objective), and iii) Wing (pounds per wing): 150 (Threshold); 250 (Objective)
- Operating Environment: Day and night, visual and instrument meteorological conditions (VMC and IMC) (Threshold)
- Launch Wind Restrictions, Ground (knots): 50 headwind, 20 crosswind, 28 tailwind (Threshold)
- Launch: Land (Threshold)
- Recovery: Land and Water (Threshold)
- Sustained Positive "g" at 10,000 feet: +6.0 (Threshold) +9.0 (Objective)
- Sustained Turn Rate at 10,000 feet (degrees per second): 10 (Threshold) 17 (Objective)
- Operating Altitude: 50 ft. AGL to 50,000 feet (Threshold) 50 feet AGL to 60,000 feet (Objective)
- Visual Acquisition (Nautical Miles): ≥ 3 (Threshold) ≥ 5 (Objective)
- Visual Augmentation Systems: Smoke, and Paint (Threshold)
- Payloads (systems): Shall be pre-wired and capable of carrying and operating the Luneberg Lens, TOW Target Launcher Assembly and Towed Targets (JCHAAT, POT-A-TOW, and TRX-4), DLQ-9 (Threshold); ALE-47 (Objective)
- Target Control Systems (TCS) Compatibility: Fully interoperable with the Army Ground Aerial Target Control System (AGATCS) (Threshold) Capable of operating with other DoD TCSs (Objective)
- TCS Frequency: Single, Selectable frequency between 358 – 380 MHz
- TCS Operation: Fly Automated Maneuvers and Can Be Manually Operated (Threshold)
- TCS Hold Commanded Heading: (degrees): ± 5 (Threshold) ± 3 (Objective)
- TCS Hold Commanded Altitude (feet): ± 200 (Threshold) ± 50 (Objective)
- TCS Hold Commanded Airspeed (knots): ± 10 (Threshold) ± 5 (Objective)
- Scoring System: Capable of operating with Meggitt Defense Systems CMDI-118 MicroDOPS, Meggitt Defense Systems ProTrak with RF and DSP Modules (Threshold)
- IFF Modes: Capable of operating with Sagetech Mode 3A and 3C (Threshold); Sagetech Mode 5 (Objective)
- Probability of Mission Success for 60 Minute Mission: 0.95 (Threshold); 0.97 (Objective)
- Availability (Probability the subscale target will pass the functional check prior to a mission): 0.90 (Threshold); 0.95 (Objective)
- Threat Representative Maneuvers: Subscale target must be capable of performing single-ship, repeatable, consecutive threat representative maneuvers with the ability to terminate the maneuver on command. These maneuvers include (but are not limited to): barrel roll, pitch-back, slice-back, low altitude threat simulation, weave, pop-up, and loss of signal maneuvers. (Threshold)
MQM-178A Threshold Performance Requirements & Key Performance Parameters (KPPs)
- Endurance (minutes): 30, with 10 of the 30 at military power at 15,000 ft. (Threshold/KPP) 60, with 30 of the 60 at military power at 500 feet (Objective)
- Minimum-to-Maximum Airspeed Range: 150 Knots Calibrated Air Speed (KCAS) to 350 KCAS at 15,000 feet (Threshold/KPP)
- Payload Carriage: Internal (pounds): 10 (Threshold/KPP); 40 (Objective), Wingtip (pounds per wing): 10 (Threshold); 15 (Objective), Wing Station (pounds per wing): 15 (Threshold); 20 (Objective)
- Operating Environment: Day and night, visual and instrument meteorological conditions (VMC and IMC) (Threshold)
- Launch Wind Restrictions, Ground (knots): 30 headwind, 15 crosswind, 15 tailwind (Threshold)
- Launch: Land (Threshold)
- Recovery: Land and Water (Threshold)
- Sustained Positive "g" at 10,000 feet: +6.0 (Threshold) +9.0 (Objective)
- Sustained Turn Rate at 10,000 feet (degrees per second): 10 (Threshold) 17 (Objective)
- Operating Altitude: 50 ft. AGL to 30,000 feet MSL (Threshold)
- Visual Acquisition (Nautical Miles): ≥ 3 (Threshold) ≥ 5 (Objective)
- Visual Augmentation Systems: Smoke, Paint (Threshold)
- Target Control Systems (TCS) Compatibility: Fully interoperable with the Army Ground Aerial Target Control System (AGATCS) (Threshold) Capable of operating with other DoD TCSs (Objective)
- TCS Frequency: Single, Selectable frequency between 358 – 380 MHz
- TCS Operation: Fly Automated Maneuvers and Can Be Manually Operated (Threshold)
- TCS Hold Commanded Heading: (degrees): ± 5 (Threshold) ± 3 (Objective)
- TCS Hold Commanded Altitude (feet): ± 200 (Threshold) ± 50 (Objective)
- TCS Hold Commanded Airspeed (knots): ± 10 (Threshold) ± 5 (Objective)
- Scoring System: Capable of operating with Meggitt Defense Systems CMDI-118 MicroDOPS, Meggitt Defense Systems ProTrak with RF and DSP Modules (Threshold)
- IFF Modes: Capable of operating with Sagetech Mode 3A and 3C (Threshold); Sagetech Mode 5 (Objective)
- Probability of Mission Success for 60 Minute Mission: 0.95 (Threshold); 0.97 (Objective);
- Availability (Probability the subscale target will pass the functional check prior to a mission): 0.90 (Threshold); 0.95 (Objective);
- Threat Representative Maneuvers: Subscale target must be capable of performing single-ship, repeatable, consecutive threat representative maneuvers with the ability to terminate the maneuver on command. These maneuvers include (but are not limited to): low altitude threat simulation dive, weave, pop-up, escape, and loss of signal maneuvers. (Threshold)
SPECIAL REQUIREMENTS:
The candidate subscale target shall meet all threshold requirements and be capable of modification to meet objective requirements. The BQM-167A and MQM-178A utilize multiple pieces of drone-unique, peculiar support equipment and test equipment, and any candidate subscale target must be compatible with this existing equipment. The candidate subscale target shall be interoperable with the existing Army drone facility and range systems at Fort Bliss, Texas and White Sands Missile Range, New Mexico. The candidate subscale target shall not require major modifications to existing drone facilities, range, and support equipment nor require additional manpower unless the Army can realize a net cost benefit. Potential sources shall have the capability to provide depot-level supply, repair and maintenance support as well as Operations & Maintenance (O & M) manuals and O & M training for the target system. Schedule is critical for this procurement, and any potential source must be able to deliver a complete, operationally-ready subscale target system (including but not limited to targets, O & M manuals, support equipment, training, spares, contractor depot-level repair & maintenance capability) within 12 months after award to meet critical mission requirements.
Potential sources shall be capable of delivering BQM-167A or equivalent subscale aerial targets at an estimated rate of 5 targets per year and MQM-178A or equivalent subscale aerial targets at an estimated rate of 15 targets per year. Additional requirements may include depot-level logistics support, potential On-site technical support at Orogrande, NM and/or other designated Army range, spares provisioning and sustainment engineering to support Army Operational requirements.
ELIGIBILITY:
The applicable NAICS code for this requirement is 336411 (Aircraft Manufacturing), with a Size Standard of 1500 Employees. The applicable Product Service Code (PSC) is 1550 (Unmanned Aircraft).
SUBMISSION DETAILS:
All interested parties shall submit a Statement of Capability (SOC) that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 25 pages to include attachments.
Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via email, lileana.cintron.civ@army.mil with a copy (Cc) to the via email to rebeca.a.gonzalez.civ@army.mil, Brenda.e.jones.civ@army.mil and Christopher.l.mccravy.civ@army.mil, no later than 5:00 p.m. (EST) on 21 Mar 2022 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
Written responses to this Sources Sought should consist of the following:
- Tailored, independent test reports that document the assertion that the candidate system has demonstrated it is capable of meeting all performance requirements identified above;
- A manufacturing plan that describes manufacturing facilities and demonstrates its capability to meet the required delivery schedule, production rate and any surge capability;
- Proof of production, fielding, and training of aerial targets is required (i.e. contract number, customer POC information, locations fielded, quantities fielded etc.).
- Your firm's degree of familiarity and specific experience in providing technical manuals and training solutions;
- Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability;
- A statement indicating your firm’s size status (large, small, small disadvantaged, 8(a), HUBzone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority-owned concern) as defined in Federal Acquisition Regulation (FAR) 52.219-1.
- If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements;
- An itemized Rough Order of Magnitude cost for each requirement listed above;
The Government will base its decision as to whether this acquisition shall be full and open competition, small business set-aside, or sole source based upon responses to this synopsis and other market research. All interested sources shall submit their SOC to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
*NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) was updated in September 2021. The current clause adds the definition of “Similarly Situated Entity” and the 50% calculation for compliance with the clause. Small business prime contractors may now count “first tier subcontractor” work performed by a “Similarly Situated Entity” as if it were performed by the prime contractor itself.
To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a “Similarly Situated Entity” to meet the Limitations on Subcontracting requirements, please identify the name & DUNS/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned “Similarly Situated Entity” should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
Attachments/Links
Contact Information
Contracting Office Address
- 12211 SCIENCE DR
- ORLANDO , FL 32826-3224
- USA
Primary Point of Contact
- Rebeca A. Gonzalez
- rebeca.a.gonzalez.civ@mail.mil
- Phone Number 4073843968
Secondary Point of Contact
History
- Apr 28, 2022 11:55 pm EDTSpecial Notice (Original)
- Apr 05, 2022 11:56 pm EDTSources Sought (Original)