Request For Information (RFI) for ISR Sensors in Support of High-Speed Aerial Platforms
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159688431846304 |
Posted Date: | Nov 21, 2023 |
Due Date: | Dec 18, 2023 |
Source: | https://sam.gov/opp/c933c0ff03... |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Nov 21, 2023 11:57 am EST
- Original Response Date: Dec 18, 2023 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 02, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 5841 - RADAR EQUIPMENT, AIRBORNE
-
NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
-
Place of Performance:
Wright Patterson AFB , OHUSA
DISCLAIMER: This is not a formal solicitation for proposal or proposal abstracts but rather a method by which to accomplish market research. Nothing provided in response to the below topics/areas of interest should be construed as a promise of future funded efforts. Participation is strictly voluntary, and the United States Air Force (USAF) will not provide reimbursement for any costs incurred due to participation.
Nothing shared as a response to the below topics should be construed as a guarantee of future work or as direction to modify an existing contract. Only an authorized contracting officer acting within scope of authority may bind the Government.
Please be advised that information provided in response to the topics below are not private and should not contain proprietary information. Information received in response to areas of interest may be made publicly available and should thus not contain trade secrets, classified information, or be proprietary in nature.
Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e) to identify potential sources that can provide military specification ISR sensor capability and fielding of the sensor system in near space, extreme weather, and austere environments.
The United States Air Force Intelligence, Surveillance, Reconnaissance And Special Operations Forces (ISR & SOF) directorate, is seeking information on potential concepts and ideas for:
PROGRAM OBJECTIVE:
1) ISR sensors to support high altitude, high-speed aerial platforms capable of sustained flight for short to long periods within designated operational airspace above 60,000 feet Mean Sea Level (MSL) that could participate in Air Force or joint exercises or demonstrations and test events in the Fiscal Year (FY) 2024 to FY2029 time frame.
2) The contractor(s) should install and integrate required A-ISR sensor(s).
UNCLASSIFIED RESPONSES REQUESTED: The USG is interested in receiving meaningful feedback on stratospheric to exospheric, high-altitude sensors that meet the proposed requirements along with the information requested below. Interested sources that possess the technical capability and resources to fulfill the Government’s requirements stated herein are invited to provide a Capability Statement providing details describing the platform’s characteristics.
Key capabilities and attributes:
1. All Sensor Capabilities:
a. All Sensors should have the capability to be operational at very high speeds.
b. All Sensors should be digital uncooled or cooled capable of withstanding extreme
weather conditions under austere environments.
c. All Sensors should be low power and have the ability to be loaded with and
maintain mission/target profiles.
d. All Sensors must be capable of being networked and interfacing with current DoD
Data transmission/data transfer systems (Datalinks including Line Of Sight (LOS)
and Beyond Line Of Site (BLOS)). Data transmission of all collected data over the
interfaced data transmission paths.
e. All Sensors should be able to be uploaded with mission parameters via ether direct
connected, pre-mission means or via in flight data link means.
f. All Sensors should require minimal maintenance requirements associated with
preventive maintenance checks & services (PMCS); for example: plug and play for
extended period of time without shut down or being taken off required task and also
to be associated with long term storage.
2. GEOINT Sensor:
a. Sensor’s Mid-Wave Infrared (MWIR) Zoom (Cool) resolution must be 640 by 512
or higher. Cooler Hours to MTBF (Mean Time Between Failure) 30,000 hrs.
Digital Zoom 8x or higher.
b. Sensor’s Long-Wave Infrared (LWIR) Zoom (Uncooled) resolution must be 1280 by
1024 or higher. Digital Zoom 8x or higher.
c. Sensor should have a Laser Ranger Finder (LRF) capability to differentiate targets
through inclement weather conditions or low visibility.
3. SIGINT Sensor:
a. Sensor should be able to detect and capture multiple channels (not less than 8) of
ELINT/COMIT target data (specific frequency bands will need to be covered in a
classified supplement).
i. Mission collection requirements shall be uploaded preflight and/or modified
during the flight profile.
ii. Geolocation Processing:
1. Use Signal detection output and Raw IQ data to produce a Line of
Bearing to the emitter.
b. Sensor should be able to collect information from multiple targets located on
multiple axis of the air Platform travel.
Sensor Performance
a. Flight speed (min/max/ideal cruise) (Covered in Classified Supplement)
b. Altitude (min/max/ideal cruise)
c. Lat-Long operational capability/restrictions
d. Endurance/solar cycle capability (max/ideal)
e. Continuous and instantaneous power available for payloads
f. Takeoff/Landing Limitations (max winds, humidity, temperature, etc)
g. Any unique performance parameters or capabilities
Sensor Capabilities:
a. Dimensions, volume, and weight limit for payloads
b. Payload mounting type and location(s)
c. External hard points and/or antenna mounting
d. Data backhaul
e. Command and Control (C2) method and flight termination
Operational Support Requirements:
a. Launch and recovery site
b. Facility, to include Depot maintenance
c. Personnel
d. Ground support equipment
e. Transportability
f. Recovery
Other:
a. Current technology readiness level with substantiation
b. Current and future availability to support demonstration and experimentation
c. Current contracting relationships with foreign entities/governments or other
restrictions to working with the U.S. DoD
d. Additional capabilities, payloads, or sensors available
4. Submissions should be sent to Denyse Stevens at denyse.stevens@us.af.mil.
5. Questions are due by 4 December 2023 at 1500 EST.
6. Submissions are due by 18 DEC 2023 at 1500 EST.
- CP 937 656 4204 2530 LOOP RD W BLDG 7 RM 218
- WPAFB , OH 45433-7101
- USA
- Denyse Stevens
- denyse.stevens@us.af.mil
- Phone Number 937-422-1967
- Donald Tillotson
- donald.tillotson.2@us.af.mil
- Nov 21, 2023 11:57 am ESTSources 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.