Arizona Bids > Bid Detail

GROUND-BASED SENSE-AND-AVOID CAPABILITIES FOR A GROUP 5 UNMANNED AIRCRAFT SYSTEM (UAS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159458646235891
Posted Date: Sep 7, 2023
Due Date: Nov 10, 2023
Solicitation No: N00019-24-RFPREQ-WPM266-0051
Source: https://sam.gov/opp/fe0f7ca4ef...
Follow
GROUND-BASED SENSE-AND-AVOID CAPABILITIES FOR A GROUP 5 UNMANNED AIRCRAFT SYSTEM (UAS)
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-WPM266-0051
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
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 07, 2023 02:44 pm EDT
  • Original Response Date: Nov 10, 2023 03:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    AZ
    USA
Description

DISCLAIMER





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THIS 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.





INTRODUCTION





The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems Program (PMA-266) at Patuxent River, MD is providing acquisition support to the United States Marine Corps (USMC) Marine Air Ground Task Force (MAGTF) UAS Expeditionary (MUX) Medium Altitude Long Endurance (MALE) program. The NAVAIR MUX-MALE program is seeking information regarding potential sources for technologies available to provide Ground-Based Sense-And-Avoid (GBSAA) capabilities for a Group 5 Unmanned Aircraft System (UAS) in controlled and uncontrolled airspace in the vicinity of Yuma, AZ. The MUX-MALE GBSAA solution shall meet the parameters set forth in the Background/Requirement section of this Sources Sought RFI. The solution must be available for procurement by 3rd Quarter FY24.





THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the hardware described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought.





BACKGROUND/REQUIREMENT





PMA-266 is conducting market research, through this RFI, to assess potential firms capable of providing capability described in Attachment 1. Attachment 1 may be obtained according to the instructions below.







ANTICIPATED PERIOD OF PERFORMANCE





The anticipated period of performance will be from FY24 through FY26 and is expected to run for approximately 24 months from Contract award to deliveries.







REQUIRED CAPABILITIES





See Attachment 1 for required capabilities. Attachment 1 may be obtained according to the instructions below.









ELIGIBILITY





The applicable NAICS code is 334511 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 5840. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.







SUBMITTAL INFORMATION





See Attachment 1 for specific information and formatting requirements. Attachment 1 may be obtained according to the instructions below.





To receive Attachment 1 to this RFI, respondents must provide identifying/contact information as follows:




  1. Company Name and address

  2. Name, title, telephone number, fax number, and e-mail address of point of contact.

  3. CAGE Code and UEI Number (if applicable).

  4. Business type.





Please send the above contact information via electronic mail within fifteen (15) business days of this notice to Stepheni Kershaw, Lead Contract Specialist, via email at stepheni.l.kershaw.civ@us.navy.mil.





All responses, including capability statements, shall be submitted no later than 10 Nov 2023. Responses shall be submitted electronically to the designated Contract Specialist, Stepheni Kershaw, in Microsoft Word format or Portable Document Format (PDF) at the following email address: stepheni.l.kershaw.civ@us.navy.mil.





The Government may contact RFI respondents via e-mail in order to seek clarification of submitted information or gain additional input.





All questions must be submitted via e-mail within fifteen (15) business days of this notice. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.







DOCUMENT MARKINGS





It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with appropriate markings. Submit Unclassified information only.





Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If an interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.





Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought. By submission of a response, a source gives the Government permission to release the response (inclusive of proprietary information) to employees of the organizations listed below. All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data. Pursuant to FAR 9.505-4(b), if a submission contains proprietary markings (i.e., statements indicating the submission contains proprietary information), the source that submitted the submission containing proprietary markings must enter into an agreement with the organizations listed below to protect all proprietary information from unauthorized use or disclosure for as long as the information remains proprietary and refrain from using the information for any purpose other than that for which it was furnished. Copies of any agreements entered into with the companies listed below must be provided to the point of contact for this Notice prior to any disclosure of any proprietary information by the Government.





KBR, Lexington Park, MD



MAGAERO, Lexington Park, MD



MIT Lincoln Laboratory, Arlington, VA



MITRE Corp., McLean, VA



Attollo Defense, Cumberland, RI





Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government.


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
  • Sep 07, 2023 02:44 pm EDTSources Sought (Original)

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 >