Federal Bid

Last Updated on 05 Jul 2013 at 6 PM
Solicitation
Las vegas Nevada

B -- HUNTER-KILLER BROAD AGENCY ANNOUNCEMENT

Solicitation ID Reference-Number-BAA-UAVB-06-0001
Posted Date 20 Oct 2005 at 5 AM
Archive Date 05 Jul 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Las vegas Nevada United states 89143
This is a FY06, Unmanned Aerial Vehicle (UAV) Battlelab Broad Agency Announcement (BAA UAVB 06-001) for a UAV Hunter-Killer capability. 1. INTRODUCTION 1.1. The USAF UAV Battlelab is interested in demonstrating a hunter-killer role using stratified layers of unmanned and manned aircraft in order to shorten the TST kill chain. The UAV Battlelab is requesting information on two separate UAV platforms to perform a “hunter” UAV mission and a “killer” UAV mission. Specifications for each platform are described in detail in Section 5 below. 1.2. The proposed concept will be based on the demonstration of a MATURE TECHNOLOGY. 1.3. All responses to this BAA will be evaluated for applicability to the objectives/needs identified below. 2. OBJECTIVE 2.1. Hunter UAV Technical Description: 2.1.1. Cost: 2.1.1.1. Desired: < $250K/aircraft 2.1.2. Payload Capacity: 2.1.2.1. Minimum: 20 lbs 2.1.2.2. Desired: 35 lbs 2.1.2.3. Target: 50 lbs 2.1.3. System Loiter 2.1.3.1. Minimum: 12 Hours 2.1.3.2. Desired: 24 Hours 2.1.3.3. Target: 24/7 2.1.4. Dash Speed 2.1.4.1. Minimum: 80 KIAS 2.1.4.2. Desired: 150 KIAS 2.1.4.3. Target: 250 KIAS 2.1.5. UAV Control 2.1.5.1. Minimum: Line-of-Sight (LOS) 2.1.5.2. Desired: Beyond Line-of-Sight (BLOS) 2.1.5.3. Target: Both LOS and BLOS 2.1.6. Altitude: 2.1.6.1. Minimum: Surface to 5,000 MSL 2.1.6.2. Desired: Surface to 20,000 MSL 2.1.6.3. Target: Surface to 20,000 MSL 2.1.7. Engine Fuel: 2.1.7.1. Minimum: Gas 2.1.7.2. Desired: Heavy Fuel 2.1.7.3. Target: Ability to use all types of heavy fuel (Diesel or Jet Fuels) 2.1.8. Geolocation: 2.1.8.1. Minimum: aircraft location 2.1.8.2. Desired/Target: target and aircraft location 2.1.9. Sensors: 2.1.9.1. Minimum: EO/IR gimbal sensor package 2.1.9.2. Desired: EO/IR and LASER designation package 2.1.9.3. Target: EO/IR, LASER, ELINT, and SAR package 2.1.10. Communications 2.1.10.1. Minimum: UHF, VHF 2.1.10.2. Desired: Minimum plus SATCOM 2.1.10.3. Target: Desired plus communications relay package 2.1.11. Data links: 2.1.11.1. Minimum: GCS Pocket J capable 2.1.11.2. Desired: Link 16 capable 2.1.11.3. Target: Multiple data link capable 2.1.12. Mensuration: 2.1.12.1. Minimum: Target quality 2.1.12.2. Desired: GRIDLOCK like quality (use reference database) 2.1.12.3. Target: PrecisionView like capability (do not use reference database) 2.1.13. Dynamic re-tasking 2.1.14. Open Architecture (Plug and Play [PnP]) 2.2. Killer UAV Technical Description: 2.2.1. Cost: 2.2.1.1. Desired: <$2M/aircraft 2.2.2. Payload Capacity: 2.2.2.1. Minimum: 1,500 lbs 2.2.2.2. Desired/Target: 3,500 lbs 2.2.3. Weapons Load: 2.2.3.1. Minimum: 1,000 lbs 2.2.3.2. Desired/Target: 3,000 lbs 2.2.4. System Loiter: 2.2.4.1. Minimum: 12 hours 2.2.4.2. Desired: 18 hours 2.2.4.3. Target: 24/7 2.2.5. Dash Speed: 2.2.5.1. Minimum: 200 KIAS 2.2.5.2. Desired/Target: 250 KIAS 2.2.6. UAV Control: 2.2.6.1. Minimum: Line-of-Sight (LOS) 2.2.6.2. Desired: Beyond Line-of-Sight (BLOS) 2.2.6.3. Target: Both LOS and BLOS 2.2.7. Altitude: 2.2.7.1. Minimum: Surface to 20,000 MSL 2.2.7.2. Desired/Target: Surface to 30,000 MSL 2.2.8. Engine Fuel 2.2.8.1. Minimum: Heavy Fuel 2.2.8.2. Desired: Jet fuel capable (JP-4, 5, 8, Jet-A) 2.2.8.3. Target: Both diesel and jet fuel capable 2.2.9. Sensors: 2.2.9.1. Minimum: EO/IR gimbal sensor package 2.2.9.2. Desired: Minimum plus laser designation package 2.2.9.3. Target: Desired plus ELINT and SAR package 2.2.10. Communications: 2.2.10.1. Minimum: UHF, VHF 2.2.10.2. Desired: Minimum plus SATCOM 2.2.10.3. Target: Desired plus communications relay 2.2.11. Data Links 2.2.11.1. Minimum: GCS Pocket-J capable 2.2.11.2. Desired: Link 16 capable 2.2.11.3. Target: Multiple data link capable 3. ADDITIONAL INFORMATION 3.1. Potential offerors are requested to provide their Commercial and Government Entity (CAGE) Number and reference number BAA AWB 05-0002 with their submissions. Potential offerors are required to register their company information at www.ccr.gov before any contracts can be awarded to that company. 3.2. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to apply. 4. CONCEPT PAPER PREPARATION INSTRUCTIONS 4.1. The cost of preparing concept papers in response to this announcement is not considered an allowable direct charge to any other contract, but may be an allowable expense to the normal bid and proposal indirect cost IAW FAR 31.205-18. 4.2. Every effort will be made to protect the confidentiality of the concept paper and any evaluations. 4.3. The submitter must mark the concept paper with a protective legend IAW FAR 3.104-5. 4.4. Offerors are strongly encouraged to submit concept papers, not to exceed ten (10) pages, to the electronic addresses listed in section A of this announcement. However, if you do not have the capability of transmitting the concept paper electronically, submit three (3) copies, not to exceed 10 pages, of the proposed concept to Mrs. Briggs at the address in Section 2.1. of this BAA. 4.5. The concept paper shall be formatted as follows: 4.5.1. Section A: Title, Submitter, Date, E-Mail Account, Phone#, Fax #, Organization/Office Symbol, Address; Period of Performance, Rough Order of Magnitude (ROM) cost of effort. 4.5.2. Section B: Proposed Solution summarizing the system. 4.5.3. Section C: Identify similar contracts to include the point of contacts current telephone # and address. For papers marked proprietary, the offeror shall submit a non-proprietary title and summary, not to exceed one (1) additional page. 4.6. Those solutions found to be consistent with the intent of the BAA and of interest to the Government may be invited to submit a complete technical and price proposal. AN INVITATION BASED UPON A SUBMITTED CONCEPT PAPER DOES NOT ASSURE THAT THE OFFEROR WILL BE AWARDED A SUBSEQUENT CONTRACT. 5. BASIS FOR AWARD 5.1. Concept papers will be evaluated as they are received based on acceptability or non-acceptability without regard to other concepts submitted under this announcement. Concept papers will be evaluated under the following criteria listed in descending order of importance: 5.1.1. Technical merit of the proposed concept. 5.1.2. Proposed cost. 5.1.3. Maturity of technology (minimum of a Technology Readiness Level (TRL) 5. Components have been integrated with reasonably realistic supporting elements and demonstrated in a relevant “high fidelity” environment (addresses form, fit, and function and can validate specifications in a laboratory setting) 5.2. All three areas, 8.1.1. through 8.1.3., will be assessed at the same time during the evaluation process. No further evaluation criteria will be used in selecting the concept papers. 5.3. Anticipated Period of Performance: Average duration of demonstrations will be up to 15 months from time of award through complete evaluation and demonstration of the operational concept. However, some initiatives may require more resources depending on complexity of the concept. 5.4. Type of contract(s) expected: Firm-Fixed Price (Unless another contract type is determined by the contracting officer to be more appropriate). 5.5. Primary appropriation type: Operations and Maintenance 6. POINTS OF CONTACT 6.1. Questions on the objectives or preparation of the technical proposal should be addressed to: 6.1.1. Capt David Huber, Contracting Officer, email: [email protected], Phone (702) 652-3366, Fax (208) 828-2658, address: 99 CONS/LGCC, 5865 Swaab Blvd Bldg 588 Nellis AFB, NV 89191-7063. 6.1.2. Maj Gus Vitali, Program Manager, Phone 702-652-0167, Fax 702-652-0159, Email [email protected]
Bid Protests Not Available