Skip to main content

An official website of the United States government

You have 2 new alerts

Request for Information (RFI) for Long Range Tactical (LRT) Unmanned Aircraft Systems (UAS)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Apr 27, 2023 12:17 pm EDT
  • Original Response Date: Jun 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    USA

Description

1. Introduction

This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is published only to obtain information for use by Program Executive Officer, Strike Weapons and Unmanned Aviation (PEO (U/W)), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263), Family of Tactical Unmanned Aircraft Systems (FoTUAS), Patuxent River, Maryland.

This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by responder. The Government will not reimburse responders for any costs associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offerors ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package.

The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders provide additional information/details based on their initial submittals.

2. Objective

PEO (U/W), PMA-263, FoTUAS, is seeking industry input to identify potential solutions for a LRT UAS for use by the United States Marine Corps, capable of providing Reconnaissance, Surveillance and Target Acquisition during day and night operations in various environments. The system should be ruggedized and ready to use, as delivered, with minimal logistics, training, and support. The system should provide real-time full motion video via electro-optical and infrared sensors (EO/IR). The Air Vehicles (AV) should be capable of autonomous or safe manual launch from a small, confined area, and should be capable of either a manual or an autonomous recovery within the same area as launch.  The Ground Control Station (GCS) should be man-portable and consist of the necessary equipment to monitor the sensor(s) position and status, control its movement and view its video.

PEO (U/W), PMA-263, FoTUAS is specifically interested in systems with the following characteristics:

  • Group 2 system (Air Vehicle weight of 21 - 55lbs)
  • Vertical Takeoff and Landing (VTOL) from a 40x40’ area surrounded by 50’ obstacles on uneven terrain under normal weather conditions.
  • Maximum Two-person set-up
  • Time to set up and launch: 10 min (battery)/20 min (fuel cell)
  • Electric powered motor (non-internal combustion engine)
    • Battery
    • Fuel cells (hydrogen, propane, etc...)
    • Alternative on Aircraft charging technologies
  • Minimum line-of-sight range of 61 kilometers (one way)
    • Perform RSTA on target(s) at least 61 kilometers away
  • Minimum endurance 6 hours
  • Real-time Full Motion Video (FMV) via dual mode gimbaled EO/IR payload
  • Multiple simultaneous payload configuration capability (i.e. allows for a secondary payload, including 3rd party payloads)
  • Modular and open architecture
  • Ability to operate in multiple weather/environmental conditions
  • TRL8 or higher: Adequate maturity for immediate production, delivery, fielding and deployment.
  • NDAA 2023 Section 848 compliant

3. Requested Information. The responder is requested to provide detailed information in response to the following:

Identify the following technical attributes of the potential solution. If a specific attribute is estimated or unknown, so state:

  • System Characteristics
    • AV weight without payload
    • AV weight with payload
    • AV dimensions (assembled)
    • Size and weight of total system packed for transport
    • AV Guidance (GPS, GPS Denied, etc.)
    • GCS dimensions and weight with antenna (assembled)
    • Power source(s)
    • Set up time (time required to go from packed to system airborne)
    • Payload
      • Available payload weight
      • Sensor type
      • Sensor detection/identification performance (National Image Interpretability Rating if applicable)
  • Environmental Conditions
    • Temperature limits
    • Precipitation limits
    • Wind limits
    • Maritime environmental limits
    • Water immersion limits
    • Environmental conditions for storage
  • Performance Limits
    • Altitude limits (above ground and pressure altitude)
    • Maximum range (maximum range at which the system can operate assuming line-of-sight)      
    • Maximum endurance (maximum time the AV can remain airborne under optimal conditions at sea level)
    • Maximum speed of the air vehicle
    • Optimal cruise speed
    • Acoustic signature at 500’ and 1500’

Provide detailed information in response to the questions listed below. Please answer them in the order in which they are asked:

  1. What is the software operating system? Open Architecture?
  2. How does the system navigate?
  3. Is the system capable of navigation without Global Positioning Unit (GPS)?
  4. Is the system compatible with Selective Availability Anti-Spoofing Module or M-Code GPS?
  5. What are the different types of flight modes and mission control characteristics used by the system? (Manual, autonomous, waypoints, loiters, hover and stare, etc.)
  6. What safety features (i.e. lost link, lost GPS) are built into the system?
  7. Can the air vehicle be launched and/or recovered from a moving ship? How is the system launched/recovered? Is the system water recoverable?
  8. What mapping software does the system use (google maps, Falcon View, open source, etc.) and does it have Digital Terrain Elevation Data (DTED)? Does the system use standard Department of Defense (DoD) mapping and imagery?
  9. How does the GCS communicate with the AV? Describe the data link used including waveform, operational frequency band, analog or digital, and encryption capabilities.
  10. Is the system capable of simultaneous multiple AV operations from a single GCS?
  11. Is your product NDAA 2023 Section 848 compliant? If no, what steps are being taken to ensure compliance?  How do you track your suppliers/subsystems for compliance?
  12. How and where is the data (video, pictures, and flight logs) stored? 
  13. How is data processed?  Can third party software be processed on the AV?
  14. Are you willing to release full Interface Control Document for avionics, payload and battery interfaces?
  15. What payloads are currently compatible or integrated with the system?
  16. What other unique capabilities are available with the system that may enhance mission performance?
  17. How are batteries recharged and how much time is required to return to full charge following a maximum endurance flight?
  18. Do the batteries have a certification, i.e. NOSSA, UL?
  19. What type of batteries are used?
  20. If LRT will use fuel cells, describe:
  1. Type/Class
  2. Certifications
  3. Environmental considerations
  4. Risks associated with normal operations and mitigation
  5. Handling/Storage/Transportation requirements
  1. What is your experience with developing Small Unmanned Aircraft System products?
  2. How many units have been sold/fielded to date? If able, please identify user(s) of the identified solution.
  3. What is the production lead-time and capacity constraints based on order quantities of 1, 10, 20, 50, 75?
  4. What is the maximum production output (systems/month) at this time?
  5. Are you able to provide logistical support with spare parts and repairs of damaged parts?
  6. Are you able to provide Field Service Representative support sufficient to sustain systems in deployed or remote areas both CONUS and OCONUS?
  7. How many people are required to operate the system?
  8. What is the anticipated training time for operator certification?
  9. Describe the assembly required to ready the air vehicle for operation from its field packed state. Field packed system is defined as having all the required equipment to accomplish a mission and be in a state safe for transportation.
  10. What is your maintenance strategy?  Describe operator performed maintenance expectations at the component level. 
  11. How does the air vehicle incorporate Cyber Survivability capabilities?
  12. How does your air vehicle incorporate Electromagnetic Spectrum techniques?
  13. How does your Air Vehicle incorporate anti-tampering techniques?
  14. Please provide your cage code and business size under NAICS Code. If you are a small business per the parameters of NAICS Code, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUB Zone, etc.?
  15. Are you a foreign-owned, foreign-controlled, or a foreign-influenced company?
  16. Did you receive funding to develop your system from any governmental agencies?
  17. Please provide operators manual and maintenance manual, if available.
  18. Unit costs given the following quantities: 1, 10, 20, 50, 75
    1. System is defined as 1 Air Vehicle, necessary antenna(s), batteries/fuel cells, chargers, support kits, initial spares, Ground Control Station
  19. Is this system available for commercial procurement IAW FAR Part 12?

4. Responses

All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a white paper via electronic mail no later than 60 days after release date on SAM.GOV. Please limit responses to no more than 20 pages, 11- point font, not including preprinted information material (manuals/ICD,etc.). No telephone requests for additional information will be accepted.

Please submit responses via electronic media to:

Jordan Sabedra, Contracting Specialist

Email: jordan.m.sabedra.civ@us.navy.mil

5. Questions

If you have any specific questions (relating to the above referenced information only) please submit them in written format to the Contracting Officer listed. Do not contact the program office directly. Informational meetings will not be entertained at this time.

Marianne G. Wild, Procuring Contracting Officer

marianne.g.wild.civ@us.navy.mil

Contracting Office Address:

Building 2272

47123 Buse Road Unit IPT

Patuxent River, Maryland 20670

United States

Contact Information

Primary Point of Contact

Secondary Point of Contact

History