Washington, DC Bids > Bid Detail

Counter Unmanned Aerial Systems (C-UAS)

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159810303699573
Posted Date: Jan 18, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/6f4f80e7ee...
Follow
Counter Unmanned Aerial Systems (C-UAS)
Active
Contract Opportunity
Notice ID
N00024-24-R-5381
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 18, 2024 04:33 pm EST
  • Original Response Date: Feb 02, 2024 11:59 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington Navy Yard , DC
    USA
Description

SECTION 1: SYNOPSIS



This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems 11.0 (PEO IWS 11.0). PEO IWS 11.0 is looking for respondents to submit capability information on innovative, mature solutions for shipboard use to counter Unmanned Aerial Systems (UAS).



Interested respondents should discuss projected performance against Group 3-5 UASs (e.g. probability of kill), key system performance parameters (range, engagement timelines, capacity, etc), Size, Weight, Power, & Cooling (SWaPC) requirements, operator / training requirements, concept of integration and integration requirements for surface ships (full kill chain), discussion of current production rates, a discussion of the adaptability of the proposed solution to changes in UAS systems (growth), and unit cost projections.



SECTION 2: GENERAL INFORMATION



THIS REQUEST FOR INFORMATION (RFI), AS DEFINED IN FAR 15.201(e), IS SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE (or any type of solicitation), OR AS AN OBLIGATION OR COMMITMENT ON THE PART OF THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE, or as a promise to issue a solicitation in the future. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS ANNOUNCEMENT MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT(S) IN FUTURE YEARS. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT. IN ACCORDANCE WITH FAR 15.201(e) RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI; ALL COSTS ASSOCIATED WITH RESPONSDING TO THIS RFI WILL BE SOLELY AT THE RESPONDENTS' EXPENSE.



Failure to respond to this RFI itself does not preclude participation in response to any future solicitation, if any is issued. If a solicitation is issued, it will be synopsized on the System for Award Management website at SAM.gov. The information provided in this RFI is subject to change and is not binding on the Government. It is the responsibility of potential respondents to monitor these sites for additional information pertaining to this requirement. The information requested by this RFI will be used within the U.S. Navy/Department of the Navy to facilitate decision making and may be used in the development of the acquisition strategy and any future solicitations. Any information provided by industry to the Government as a result of this RFI is voluntary.



SECTION 3: Requirements Overview



PEO IWS 11.0 is looking for respondents to submit feasibility and capability information on innovative, mature solutions to counter Group 3-5 UAS from surface ships. System requirements include:




  1. Mature systems that are in production and can be deployed in 1-6 months (preferred), or 6-12 months at the latest.

  2. Demonstrated performance against Groups 3 to 5 UAS, with demonstrated capability against other classes of UAS’s being of interest.

  3. Minimal integration requirements with Naval combat systems; with independent, self-contained capability highly desirable.



SECTION 4: CONTENT OF SUBMISSIONS



At a minimum, interested respondents should discuss:




  • Proposed system projected performance against Group 3-5 UASs (e.g. probability of kill or other relevant system performance measure at an unclassified level);

  • Key system performance parameters (range, engagement timelines, capacity, post launch support requirements, etc);

  • Size, Weight, Power, & Cooling (SWaPC) requirements;

  • Operator / training requirements;

  • Concept of integration and integration requirements for surface ships (full kill chain);

  • Discussion of current and future production rates;

  • Discussion of the adaptability of the proposed solution to changes in UAS systems (growth); and

  • Unit cost projections.



Submissions should be limited to 4 pages total, including the cover page. NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN THE RFI RESPONSE.



SECTION 5: SUBMISSION DETAILS



Responses shall be submitted in writing and are due no later than 11:59 pm February 2, 2024. Offerors are encouraged to submit prior to the closing date. Inclusion of a delivery receipt with an email submission will be the only indication of successful receipt of RFI Response. File size is limited to 8MB per email. Vendors are responsible for ensuring their email size does not exceed the 8MB limitation. File sizes larger than 8MB and .zip file extensions will be stripped by the Navy email system. Modifications, amendments, or withdrawal of RFI Responses should also be made to the email address(es) listed below. One email is acceptable as long as it does not exceed 8MB. If it exceeds 8MB, Offerors may separate their submission among multiple emails and should number them email 1 of 3, 2 of 3, 3 of 3, etc. Individual files that exceed the 8MB limit must be submitted using DoD Safe. All view graphs shall be in Microsoft PowerPoint 2016. All text, which may include visual aids, shall be in Microsoft Word 2016 or searchable Adobe Acrobat Portable Document Format (PDF). All schedules, including Integrated Master Schedules (IMS), shall be in Microsoft Project 2016.



Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information and label it as such for appropriate handling by the Government. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice



Please be advised that all submissions become Government property and will not be returned. Respondents that include their submissions data that they do not want disclosed to the public for any purpose, or to be used by the Government except for RFI response consideration purposes, shall include in their submissions:




  1. Mark the title page with the following legend: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed – in whole or in part – for any purpose other than to consider this response. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and

  2. Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained in on this sheet is subject to the restriction on the title page of this submission.



Each electronic submission shall be labeled as follows:



Company Name, City, State



Point of Contact (POC) Name



POC Phone Number



Security Classification of the Response



All responses should be marked to the following:



Commanding Officer



Naval Sea Systems Command



Attn: Megan Galloway, SEA 02543



1333 Isaac Hull Ave SE



Washington Navy Yard, DC 20376-2060



Please submit electronic submissions to the following addresses:



TO: Megan Galloway, megan.e.galloway2.civ@us.navy.mil



CC: Kate Wisniewski, kate.l.wisniewski.civ@us.navy.mil



SUBJECT LINE: IWS 11.0 C-UAS Response – [COMPANY NAME]



Electronic submissions are encouraged unless the Company is unable to submit electronically or classified material is included in which case respondents should contact NAVSEA 02 for further instruction.



The Government plans to use selected support contractor personnel from Johns Hopkins Applied Physics Laboratory (JHU APL) to assist in providing Subject Matter technical expertise for RFI response review. Interested companies shall execute nondisclosure agreements (NDAs) directly with JHU APL in order to permit support contractor access to any proprietary information submitted in response to this RFI. Interested companies shall submit the executed NDA to the Government with its RFI response submission. To obtain contact information for JHU APL, please contact Kate Wisniewski, Contract Specialist, via e-mail at kate.l.wisniewski.civ@us.navy.mil.



SECTION 6: QUESTIONS



Responses to the RFI will not be returned. Questions regarding submission details for this announcement shall be submitted in writing, via email, to Naval Sea Systems Command, Megan Galloway (megan.e.galloway2.civ@us.navy.mil) Code 02543. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 2 February 2024 will be answered.


Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 18, 2024 04:33 pm 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.

Start Free Trial Today >