Publicidad
RFI for the MQ-25 Stingray CBARS EO/IR system
RFI for the MQ-25 Stingray CBARS EO/IR system
RFI for the MQ-25 Stingray CBARS EO/IR system
RFI for the MQ-25 Stingray CBARS EO/IR system
Próximo SlideShare
2016 Next Gen ISR Velocity Group Presentation2016 Next Gen ISR Velocity Group Presentation
Cargando en ... 3
1 de 4
Publicidad

Más contenido relacionado

Publicidad

RFI for the MQ-25 Stingray CBARS EO/IR system

  1. RFI: NAVAIR (PMA-268) MQ-25 Electro-Optical/Infrared subsystem Agency: Department of the Navy Office: Naval Air Systems Command (PMA-268) Location: Naval Air Warfare Center Patuxent River, MD Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Program Executive Office (PEO) Unmanned Aviation and Strike Weapons (U&W), Unmanned Carrier Aviation Office (PMA-268), is seeking information from industry on potential Electro- Optical/Infrared (EO/IR) subsystems that could potentially meet MQ-25 operational requirements. Emphasis will be placed on small, light weight subsystems currently fielded on DoD airborne platforms. MQ-25 is the next step in the Navy's integration of unmanned air systems in the carrier strike group's operational environment. MQ-25 will deliver a robust organic refueling capability to better enable strike fighters to execute their primary mission and extend the range of the carrier air wing (CVW). The MQ- 25 will also provide the carrier strike group with an Intelligence, Surveillance, Reconnaissance (ISR) capability. The system will be a critical part of the future CVW and will enhance carrier capability and versatility for the Joint Forces Commander through the integration of a persistent, sea-based, multi- mission aerial refueling Unmanned Aircraft System (UAS) into the CVW. ISR capability will be evaluated to the extent in which it can be incorporated within the tanking trade space. ISR capabilities may include Maritime Domain Awareness via Signal Intelligence (SIGINT), Automatic Identification System (AIS), and Electro-Optical/Infrared (EO/IR) sensors. EO/IR NAVAIR is requesting information on potential EO/IR systems which may be integrated on a future MQ- 25A UAS and which will provide ISR imagery for maritime and land targets. Special attention should be made to maximize effectiveness of the sensor suite for a thick maritime atmosphere. Target sets range from small afloat boats to military combatants. NAVAIR is requesting information on EO/IR sensor systems with the following classes of turret diameters and weight: Class Turret Diameter (inches) System Weight (lbs) 1 19.0 to 23.0 151 to 200 2 13.0 to 19.0 76 to 150 NAVAIR is interested in EO/IR sensor systems which are operationally deployed on U.S. military aircraft which may be reused/integrated onto an MQ-25A UAS with minimal development costs (however, information on proposed upgrades which may increase capability to counter the predicted threat are also of interest). Systems that utilize a cooled Short Wave Infrared (SWIR) sensor are preferred. The sensor system must be ruggedized to withstand the harsh maritime environment and also suitable for carrier launch and recovery. If the system cannot currently handle this environment, the vendor should provide an assessment, technical plan and estimated cost anticipated to modify the system to be carrier suitable and qualified. Information is also sought on image processing techniques available for an
  2. imaging system to provide robust tracking, image enhancement, target detection, and recognition technical performance parameters sought include: Limiting System Resolution of each sensor, Aperture Size, F-number, Sensitivity, Modulation Transfer functions, Quantum Efficiency and/or D* of the Detectors, Frame Rate, Array Size and base material, Pixel Size, filter capabilities, method of non- uniformity correction and when/where can the correction be executed. NAVAIR is also interested in future upgrade capabilities such as a Laser Designator and Laser Ranger finders. As a result of this RFI, the Government expects to receive responses from interested and capable sources in the form of summary papers containing a description of the non-developmental end item, developmental item and/or proposed concept. The summary paper shall be written from a system solution perspective showing how the material solution or concept could satisfy the above stated requirements. For each subsystem please provide the following information as it applies: 1. A top level description including environmental qualifications 2. Unique CVN suitable design characteristics or effort required to achieve CVN suitability 3. Detailed list of anticipated end product physical and performance characteristics to include size, power, weight, cooling, interfaces and data transfer rates 4. Scope of development effort (if necessary) and assessment of Technology Readiness Level (TRL) 5. Reliability, maintainability and Cyber security characteristics 6. Integration/interface concept with a Unmanned Air Vehicle (UAV) 7. Maintenance concept 8. Design provisions to support new capabilities as well as incremental upgrades 9. System certifications; if any 10. Unit Cost estimate 11. Associated warranty information 12. Description of the open architecture approach being used if any or what may be potentially available 13. A description of interface documentation available to the government for system integration Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. 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 DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI, the Government will not provide any form of compensation or reimbursement for the information provided. The Government may request additional information upon review. Responses to this RFI are not to exceed 5 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two sided page will be considered two pages for the purpose of counting the 5 page limit. The following may be included and will not count toward your 5 page limit: cover page, table of contents and rear cover page. The Government requests that the
  3. respondents deliver one hard copy and one electronic soft copy on CD or DVD to the Government POC in Microsoft Word or PDF format 4:00PM EST on September 16, 2016. All submissions should include RFI Reference Number, company, address, CAGE code, and DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company’s response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile or by electronic means such as e-mail. Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject, may not be reviewed. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. It is requested that no classified data be provided. If respondent believes a complete response would require classified information submission, please notify the Government POC immediately so that proper actions by the Government and Contractor can be coordinated. Responses shall include one concept per submittal, but multiple submittals are permitted To aid the Government and permit assistance from Government contractor support service personnel, please do not submit any information marked proprietary. If respondent believes that a complete response would require proprietary information submission, please notify the Government POC immediately. Questions about this announcement shall be submitted to the following Government POC: NAVAIR Patuxent River Contracts Attn: Ms. Amie Blade, Code 2.4.3.5.2 amorena.blade@navy.mil 301-342-7952 Responses should include the RFI Solicitation Number and Title, be properly packaged and submitted to the following address: Unmanned Carrier Aviation (PMA-268) Attn: Dr. Michael G. Block michael.g.block@navy.mil 301-342-0089 Naval Air Station Patuxent River 48110 Shaw Road Bldg. 2187, 3190D1 Patuxent River, MD 20670-1547
  4. As stated above, this is NOT a request for Proposal. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. SUMMARY This announcement constitutes a RFI led by PMA-268. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME.
Publicidad