Introduction:
1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME.
2. Product Manager (PdM) Aerial Enhanced Radar, Optics & Sensors (AEROS) is seeking information from industry to identify potential existing sources capable of providing Aerial Intelligence, Surveillance & Reconnaissance (AISR) payloads for the MQ-1C Gray Eagle Unmanned Aircraft System (UAS) platform that meet the emerging Joint All Domain Operations (JADO) environment.
3. AISR payload capabilities of interest include but are not limited to Synthetic Aperture Radar (SAR), Moving Target Indicator (MTI), Electronic Intelligence (ELINT), Communications Intelligence (COMINT), Air Launched Effects (ALE), Radar Warning Receivers (RWR) & Electronic Support Measures (ESM).
4. JADO mission demands integrated AISR capabilities & increased ranges & resolutions beyond the line of sight of traditional visual equipment to include Electro Optical, Infrared (EO/IR) & Full Motion Video (FMV).
5. This market survey may precede a potential JADO sensor payload demonstration where systems will be quantitatively compared to identify the best value.
6. This market survey may precedes a potential industry day, where PdM AEROS will host an open panel of RFI contributors. The Industry Day is expected to be in-person and include classified discussion. If current public health precautions do not permit an in-person event, it will be held virtually.
Technical Capabilities:
Interested respondents shall provide a quantitative response to any number of capabilities.
The RFI is categorized by AISR capability.
General:
1. Tech Readiness Level (TRL)
1.1. Respondent shall provide evidence of system TRL 6 of greater: “a system/subsystem model or prototype demonstration in a relevant environment”
2. Available system for demonstration
2.1. Respondent shall provide earliest possible date system will be available for demonstration
3. Production unit cost (PUC)
3.1. Respondent shall provide predicted or actual production cost for lot sizes of 20, 40 & 60 units
4. Unit production lead time
4.1. Respondent shall provide predicted or actual lead time for production of the first 20, 40 & 60 systems
5. Unit production capacity leveraging existing infrastructure
5.1. Respondent shall provide maximum number of units able to be produced within 1, 2 & 3 years of contract award
6. System operational availability (Ao)
6.1. Respondent shall provide predicted or actual Ao
7. Mean Time Between System Abort (MTBSA)
7.1. Respondent shall provide actual or predicted MTBSA
8. Cue other sensors
8.1. Respondent shall provide capability to output geolocation data for other local or remote sensors
9. Integrate electronic protection (EP) controls
9.1. Respondent shall provide EP technology integrated into system to prevent the degradation of performance due to combatant Electronic Warfare (EW)
9.2. Respondent shall provide a plan for how their system can incorporate additional EP techniques along with a list of prioritized EP technologies & their maturity.
10. Field of regard (FoR)
10.1. Respondent shall provide maximum field of regard
11. Revisit rate
11.1. Respondent shall provide revisit rate
12. Developed with the modular open systems approach (MOSA)
12.1. Respondent shall provide evidence that the system was develop with MOSA
13. False alarm rate
13.1. Responded shall provide capability for operator to select false alarm rate
13.2. Responded shall provide capability for operator to modify the sensitivity level based on the mission
14. Electromagnetic Interference (EMI) compatible with other onboard avionics & sensors
14.1. Respondent shall provide evidence of EMI interoperability & interference mitigation
15. Ability to operate in all atmospheric conditions
15.1. Respondent shall provide all performance values assuming ideal atmospheric conditions
15.2. Respondent shall provide unique benefits of system if capable of operating in austere weather conditions
15.3. Respondent shall provide unique faults of system if performance is degraded in particular weather conditions
16. Raw signal data storage
16.1. The respondent shall provide onboard storage capacity to support file transfer
17. On-aircraft analysis capability
17.1. The respondent shall provide capability to process data onboard
Capability 1 - SAR/MTI:
18. Comparable size, weight, power & cooling (SWAP-C) to existing unmanned SAR/MTI sensor systems
18.1. Respondent shall provide system geometry
18.2. Respondent shall provide system weight
18.3. Respondent shall provide operational & peak power
18.4. Respondent shall provide mode & amount of heat transferred during peak power operation
19. Capable of integration into the forward payload bay of the MQ-1C Gray Eagle
19.1. Respondent shall provide basic system form/fit/envelope
20. SAR resolution as a factor of range
20.1. Respondent shall provide a graph of SAR resolution over maximum effective range (resolution on y-axis, range on x-axis). The respondent must clearly state the radar and image quality parameters used to generate the plot (e.g. Noise Equivalent Sigma-0, Clutter-to-noise Ratio, etc.)
20.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of resolution over range (resolution on y-axis, range on x-axis) per factor
21. Dismount Moving Target Indication (DMTI) probability of detection (Pd) as a factor of range
21.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis). The respondent shall assume a -3 dBsm target and clearly state the radar parameters used to generate the plot (e.g. blake chart parameters, swerling target models, M of N, etc.)
21.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis) per factor
22. Ground Moving Target Indication (GMTI) Pd as a factor of range
22.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis). The respondent shall assume a 7 dBsm target and clearly state the radar parameters used to generate the plot (e.g. blake chart parameters, swerling target models, M of N, etc.)
22.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis) per factor
23. Air Moving Target Indication (AMTI) Pd as a factor of range
23.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis). The respondent shall assume a 0 dBsm target and clearly state the radar parameters used to generate the plot (e.g. blake chart parameters, swerling target models, M of N, etc.)
23.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis) per factor
24. Pd as a factor of target velocity
24.1. Respondent shall provide a graph of Pd over target radial velocity (Pd on y-axis, velocity on x-axis)
24.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis) per factor
25. MTI target detection speed
25.1. Respondent shall provide DMTI, GMTI & AMTI minimum & maximum speed for detection
26. Target location error (TLE) as a factor of range
26.1. Respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis) for each mode (i.e. SAR, MTI, DMTI & AMTI)
26.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis) per factor
27. SAR & MTI Automated Target Recognition (ATR)
27.1. Respondent shall provide evidence of onboard processing technology to automatically Detect, Identify, Locate & Report (DILR) military targets.
28. Selectable sector scans
28.1. Respondent shall provide evidence of SAR & MTI modes capable of selectable sector scans
29. Dual concurrent operations
29.1. Respondent shall provide evidence of concurrent modes & corresponding peak power requirement (e.g. communications & SAR, SAR & MTI, DMTI & GMTI, SAR/MTI & High Gain ESM)
30. Cursor on Target (COT) designation
30.1. Respondent shall provide evidence of COT technology
31. Automated Target Detection & Recognition (AiTD & AiTR)
31.1. Respondent shall provide evidence of AiTD & AiTR technology
32. Video SAR capability
32.1. Respondent shall provide evidence of video SAR technology
33. Video Coherent Change Detection (CCD) capability
33.1. Respondent shall provide evidence of video CCD technology
Capability 2 – ELINT:
34. Comparable SWAP-C to existing unmanned ELINT sensor systems
34.1. Respondent shall provide system geometry
34.2. Respondent shall provide system weight
34.3. Respondent shall provide operational & peak power
34.4. Respondent shall provide mode & amount of heat transferred during peak power operation
35. Capable of integration onto the fuselage, wing or payload bays of the MQ-1C Gray Eagle
35.1. Respondent shall provide basic system form/fit/envelope
36. DILR low probability of intercept & low Pd emitters
36.1. Respondent shall provide evidence of DILR technology integrated into system
37. Pd as a factor of range
37.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis)
37.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of POD over range (Pd on y-axis, range on x-axis) per factor
38. TLE as a factor of range
38.1. Respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis)
38.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis) per factor
39. Geo-locate emitters in NRT
39.1. Respondent shall provide evidence of technology that geo-locates emitters
39.2. Respondent shall provide accuracy of geo-location
39.3. Respondent shall provide accuracy of azimuth & elevation bearing if geo-location is unavailable
40. Detect & correctly ID threats over a wide frequency range
40.1. Response shall provide DILR frequency range
41. Identify emitters in NRT
41.1. Respondent shall provide evidence of technology that identified emitters in NRT
42. IBW
42.1. Respondent shall provide IBW frequencies range
43. Track location of moving emitters
43.1. Respondent shall provide evidence of technology to track emitters in motion
44. COT designation
44.1. Respondent shall provide evidence of COT technology
Capability 3 – COMINT:
45. Comparable SWAP-C of existing unmanned COMINT sensor systems
45.1. Respondent shall provide system geometry
45.2. Respondent shall provide system weight
45.3. Respondent shall provide operational & peak power
45.4. Respondent shall provide mode & amount of heat transferred during peak power operation
46. Capable of integration onto the fuselage, wing or payload bays of the MQ-1C Gray Eagle
46.1. Respondent shall provide basic system form/fit/envelope
47. DILR low probability of intercept & low Pd emitters
47.1. Respondent shall provide evidence of DILR technology integrated into system
48. Pd as a factor of range
48.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis)
48.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of POD over range (Pd on y-axis, range on x-axis) per factor
49. TLE as a factor of range
49.1. Respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis)
49.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis) per factor
50. Geo-locate emitters in NRT
50.1. Respondent shall provide evidence of technology that geo-locates emitters
50.2. Respondent shall provide accuracy of geo-location
50.3. Respondent shall provide accuracy of azimuth & elevation bearing if geo-location is unavailable
51. Detect & correctly ID threats over a wide frequency range
51.1. Response shall provide DILR frequency range
52. Identify emitters in NRT
52.1. Respondent shall provide evidence of technology that identified emitters in NRT
53. IBW
53.1. Respondent shall provide IBW frequencies range
54. Track location of moving emitters
54.1. Respondent shall provide evidence of technology to track emitters in motion
55. COT designation
55.1. Respondent shall provide evidence of COT technology
Capability 4 – RWR/ESM Passive DILR:
56. Comparable SWAP-C of existing unmanned RWR/ESM sensor systems
56.1. Respondent shall provide system geometry
56.2. Respondent shall provide system weight
56.3. Respondent shall provide operational & peak power
56.4. Respondent shall provide mode & amount of heat transferred during peak power operation
57. Capable of integration onto the fuselage, wing or payload bays of the MQ-1C Gray Eagle
57.1. Respondent shall provide basic system form/fit/envelope
58. DILR low probability of intercept & low Pd emitters
58.1. Respondent shall provide evidence of DILR technology integrated into system
59. Pd as a factor of range
59.1. Respondent shall provide a graph of Pd over range (Pd on y-axis, range on x-axis)
59.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of POD over range (Pd on y-axis, range on x-axis) per factor
60. Probity of target identification for all polarizations as a factor of range
60.1. Respondent shall provide a graph of probity of target identification over range (Probity of target identification on y-axis, range on x-axis)
60.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of probity of target identification over range (Pd on y-axis, range on x-axis) at factors
61. TLE as a factor of range
61.1. Respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis)
61.2. If other factors are varied to tune performance (e.g. power, geometry, mode, confidence), respondent shall provide a graph of TLE over range (TLE on y-axis, range on x-axis) per factor
62. Geo-locate emitters in NRT
62.1. Respondent shall provide evidence of technology that geo-locates emitters
62.2. Respondent shall provide accuracy of geo-location
62.3. Respondent shall provide accuracy of azimuth & elevation bearing if geo-location is unavailable
63. Detect & correctly ID threats over a wide frequency range
63.1. Response shall provide DILR frequency range
64. Identify emitters in NRT
64.1. Respondent shall provide evidence of technology that identified emitters in NRT
65. IBW
65.1. Respondent shall provide IBW frequencies range
66. Track location of moving emitters
66.1. Respondent shall provide evidence of technology to track emitters in motion
67. COT designation
67.1. Respondent shall provide evidence of COT technology
Capability 5 – Air Launched Effects (ALE):
68. ALE category
68.1. Respondent shall provide category of ALE (e.g. decoy, disrupt, active/passive DILR, communications relay, other)
68.2. If “other”, respondent shall provide ALE purpose & rationale as to how it is applicable to MQ-1C Gray Eagle payloads & the JADO mission
69. ALE SWAP-C
69.1. Respondent shall provide SWaP-C of ALE per category
69.2. Respondent shall provide SWAP-C breakdown of major components (e.g. ALE platform, sensor payload, munition payload, attritable components)
70. ALE operational range
70.1. Respondent shall provide maximum range of ALE
71. ALE payload capacity
71.1. Respondent shall provide maximum ALE payload capacity
72. ALE deployment
72.1. Respondent shall provide maximum altitude & speed ALE can be successfully launched
72.2. Respondent shall provide minimum altitude & speed ALE can be successfully launched
Document Format Requirements:
1. All responses shall include a cover page with the following information
1.1. Company Name
1.2. Mailing Address & Website
1.3. Pont of contact (POC), with title, phone number & email address
1.4. Commercial & Government Entity (CAGE) Code
1.5. North America Industry Classification System (NAICS) number
1.6. Associated Business size & eligibility under U.S. Government social-economic programs & preference (i.e., type of business –large, small, small-disadvantaged, women-owned, veteran-owned or 8(a))
1.7. Data Universal Numbering System (DUNS) number
2. Responses shall not exceed 4 pages per capability area for a maximum of 20 pages if all 5 capability areas are addressed. One cover page, one Table of Contents (TOC) & one exsum/introduction page are excluded from the page count.
3. Responses shall be font Arial, minimum size 10, single spaced (1.0), & normal (1.0 inch) margins. Graphics, tables & other visuals shall be permitted and count towards the page limit. Annexes shall be permitted and count towards the page limit.
4. Responses shall be in one continuous Microsoft Word or Adobe PDF document.
Nondisclosure Agreement (NDA):
1. Respondents must submit a signed NDA to PdM AEROS Mr. Adam Terio, [email protected] prior to submitting questions or responses to the RFI.
2. NDAs can be found at beta.sam.gov
Questions:
1. The government will allow respondents to submit questions regarding this announcement. Questions are due NLT 2000 EST, 19 February 2020. The Government is not obligated to address every question. The Government does not guarantee that questions received after 2000 EST, 19 February 2020 will be answered.
2. Questions regarding this announcement shall be submitted in writing via e-mail to PdM AEROS, Mr. Adam Terio, [email protected]. Verbal questions will not be accepted. If a question was previously asked prior to this latest release, it will need to be resubmitted for consideration.
3. Question submissions must contain respondent emails to transmit unclassified, CUI & classified information.
4. Unclassified questions & answers will be posted to the public at beta.sam.gov. Posted questions & answers will be anonymous & will not reference the respondent.
5. If an answer contains CUI or classified information, those questions & answers will be distributed to all respondents who have submitted a signed NDA & provided an email corresponding to the information’s classification.
Response Delivery Requirements
1. Responses are due NLT 2000 EST, 12 March 2021
2. Unclassified responses can be submitted via email to PdM AEROS Mr. Adam Terio, [email protected].
3. Unclassified responses may also be submitted via DoD SAFE https://safe.apps.mil/ to PdM AEROS Mr. Adam Terio, [email protected]
4. Responses can include a secret annex. Secret annexes count towards the page limit & are subject to the same document formatting requirements. Vendors shall inform Mr. Adam Terio via unclassified email, [email protected] no more than 24 hours following the submission of the secret annex.
5. Secret annexes can be submitted via email to PdM AEROS Mr. Adam Terio [email protected].
6. Secret annex responses may also be submitted via Army Research Laboratory (ARL) utility: https://safe.arl.army.smil.mil to PdM AEROS Mr. Adam Terio [email protected].
Additional Information:
1. This RFI is not an RFP & is not construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis.
2. All information contained in the RFI is preliminary as well as subject to modification & is in no way binding on the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information & planning purposes. Proprietary information & trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all paper submissions become Government property & will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers & cannot be accepted by the Government to form a binding contract.