Installation Counter Small Unmanned Aircraft Systems (I-CsUAS)

expired opportunity(Expired)
From: Federal Government(Federal)
M67854-23-I-0001

Basic Details

started - 11 Jan, 2023 (15 months ago)

Start Date

11 Jan, 2023 (15 months ago)
due - 10 Mar, 2023 (13 months ago)

Due Date

10 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
M67854-23-I-0001

Identifier

M67854-23-I-0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708219)DEPT OF THE NAVY (156830)USMC (8457)MARCOR SYSCOM (933)COMMANDER (2725)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought - Request for Information (RFI) / Industry Day NoticeforInstallation-Counter small Unmanned Aircraft Systems (I-CsUAS)NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e),
responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Introduction:The Program Executive Officer Land Systems (PEO LS), Program Manager, Ground Based Air Defense (PM GBAD) is looking for interested parties to address the United States Marine Corps’ (USMC) force protection installation security capability gap for the detection, identification, tracking, and defeat of small Unmanned Aircraft Systems (sUAS) operating within the vicinity of specific missions sets associated with USC Title 10, Section 130i. This gap presents a significant vulnerability to the security, safety, and protection of personnel, facilities, and assets.2. Purpose:The purpose of this RFI is to seek potential solutions and feedback from industry and gather information on candidate non-developmental systems that are currently available to support a potential acquisition under the I-CsUAS program. The USMC (Government) wants to assess industry’s ability to provide and sustain a materiel solution within an accelerated acquisition schedule at an affordable cost, and to determine the technical and manufacturing maturity of candidate systems that provide capabilities desired for I-CsUAS as described in paragraph 3. This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. USMC is issuing this RFI, in support of PEO LS, to determine if any potential sources in industry have the capability to provide the support described herein. The Government is particularly interested in Industry recommendations and feedback to improve contract requirements, contract structure and type, performance metrics and incentives.3. Description of the Requirement: Respondents who are interested are requested to provide the information that identifies their capability to meet or exceed technical and support requirements described herein:a. System must provide the entire kill chain (detect, track, identify and defeat) against Group 1 and 2 sUAS threats. The defeat aspect of the kill chain; however, will be via non-kinetic means.A 'non-kinetic' defeat is defined as an electromagnetic, acoustic, or other signature disruption of an sUAS' flight path short of using a kinetic defeat capability (such as drone-on-drone intercept, laser, or direct fire munition).The system will be deployed on 20 Marine Corps installations within the Continental United States (CONUS) and 13 Marine Corps installations outside the Continental United States (OCONUS).b. Minimum system requirements: 24/7 detection in day/night, all-weather with multi-modal active and passive sensor payloads fusing all sensor data into a single operator view. It must have the ability to passively detect radio frequency (RF) signals associated with sUAS and defeat them. Also requires real time, automated object detection and identification to be able to autonomously detect, identify, classify, and track objects of interest (provide current and estimated minimum and maximum ranges).c. User interface technology is required to reduce operator workload. The user interface should allow the operator to respond or ignore based on the threat, rules of engagement, etc. The system must alert operators via notification on a user interface (computer or mobile device).d. How many objects can your system identify and track at one time? Are there any future plans to add additional capabilities to track more than currently stated? If there are future plans what is the anticipated timeline?e. After initial detection, how long does it take for the system to notify the user? How long after the detection does the system take to identify and classify a UAS? f. The capability will operate as part of layered defense solution and must integrate multiple sensors and fuse the data into a single, secure, operator view display. The system and the information that is processed by the system, shall be protected through the implementation of Committee on National Security Systems (CNSS) security controls.g. The system should have the ability to apply sensor fusion, Machine Learning (ML), and Artificial Intelligence (AI). The system should facilitate end-to-end sensoring including target handoff and track fusions. The Government differentiates and recognizes the definitional differences between sensor correlation and sensor fusion.h. The system must be modular and scalable (different sensors, etc.) to be able to provide an optimal system package for a given mission set at CONUS and OCONUS locations, based on Government provided intelligence, operator inputs, site surveys and vendors expertise of various available sensors. Provide pictures or drawings of the various system configurations.i. What is your system’s anticipated/demonstrated rate of false positive identifications (alerting the user to a Group 1/2 UAS when the object in question is not a Group 1/2 UAS), and what is its anticipated/demonstrated false negative rate (a Group 1/2 UAS is operating within the system’s detection capabilities, but the user is not alerted)?4. Additional Questions: Interested Vendors shall also address the following areas:a. What is your system’s demonstrated operational availability (Ao) rate or Fully Mission Capable (FMC) rate?b. At what rate (seconds/minutes) can your system neutralize threats?c. How does atmospheric conditions affect your systems capability to identify and detect sUAS?d. What is your system’s capability to perform self-diagnostics and troubleshooting?e. What is your system’s demonstrated Reliability, Availability, and Maintainability (RAM) data, e.g. Mean Time Between Failures (MTBF), Mean Time To Repair (MTTR), etc.?f. Discuss end-to-end life cycle support with training, manuals, provisioning, and parts obsolescence. Discuss your experience with commonly employed CUAS sensors and systems to include, but not limited to: Passive and Active detection, Radio Frequency defeat, Artificial Intelligence (AI) or Machine Learning (ML), and any other emerging technologies.g. Describe your experience integrating various CUAS hardware systems into a tailorable, field able solution. Describe your system integration and production capabilities, e.g. factory capabilities, number of systems per year, etc.1. The Government anticipates an operational system evaluation, at a Government installation, as a portion of the technical evaluation. Please address your company’s ability to demonstrate your system’s capability.h. Discuss the Subject Matter Expertise (SME) employed by your company to perform evaluation of competing hardware solutions. Discuss the installation requirements for the C-sUAS capability and identify requirements that will be contractor provided or if support is required from the Government.i. Discuss your ability to staff and support a 24/7 work week to maintain fielded systems; including shift work at 20 CONUS and 13 OCONUS installations, e.g. Field Service Representatives, call center, methodology for continuous operations. j. Discuss your ability to provide an increase or decrease of support in the event of an immediate surge or a reduction in requirements.k. Discuss your Cybersecurity capabilities in relation to:Obtaining and maintaining a USMC Authority to Operate (ATO).Obtaining a favorable operational Cyber Survivability Endorsement (CSE) from the USMC Operational Test Activity (OTA). (Refer to the Joint Staff J6, Deputy Director for Information Warfare Requirements Division’s “Cyber Survivability Endorsement Implementation Guide” version 3 of July 2022).l. Discuss any recommendations your company may have to optimize the concept of installation C-sUAS, to include, but not limited to:Requirements of the Contract what metrics or service level agreement factors should we consider for future RFIs.Contract Type, e.g. Capital and or Operational Leasing, Service-Based (Contractor Owned Government Operated), Performance Based Logistics, Firm Fixed-Price, Cost, etc. In particular, innovative approaches to providing the capability “as a service” or Performance Based Logistics and the anticipated implications to cost and responsibility. Pricing Arrangement to include Economic Ordering Quantity and associated Rough Order of Magnitude (ROM) cost data for proposed contract type(s), with unit, unit installation, and sustainment cost. **If incentive option terms were included in a resultant award, what key metric(s) would you propose the Government evaluate to determine if the Contractor has earned the incentive option term? For example, the Government may implement a contract comprised of a multiyear base period, with multiple one-year incentive option periods. This example contract could comprise a total of ten (10) years if all incentive option periods are earned and exercised. Please note, no specific contract framework has been developed. 5. Responses:a. Proprietary Information. PM GBAD acknowledges its obligation under the Trade Secrets Act (18 U.S.C. §1905) to protect confidential information provided to the Government. Pursuant to this statute, PM GBAD is willing to protect trade secrets and observe valid proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following:All data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to what data is considered proprietary.Mark only portions of data that are truly proprietary.Do not mark data that are already in the public domain or is already in possession of PM GBAD, other U.S. Government activities, or third parties on an unprotected basis. Do not submit any classified data in response to this market survey.All proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal email as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."The Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary.b. Disclaimer. This RFI is an inquiry intended to measure the capability of commercial products, development needs, and level of industry interest. Responses to this RFI may affect the Government's decision to issue any contracts or other transaction agreements for full and open competition. This is not a pre-solicitation notice or RFP, nor will any contracts or agreements be awarded from this announcement. Information provided regarding the potential contracts or agreements, as presented in this RFI, is subject to change. Additionally, this inquiry does not bind the Government to solicit for, or award any contracts or agreements. Participation in this RFI from a potential offeror is strictly voluntary; no reimbursements will be made to any vendor for costs associated with participation. Data submitted to the Government will not be returned, but will remain archived as part of historic records. Participation in this RFI, while important to Marine Corps acquisition planners, is neither mandatory nor is it a requisite for future participation by the potential offeror in forthcoming government solicitations. Please direct questions or comments regarding this RFI in writing to the POC listed in this announcement.c. Response Format: Electronic responses are required. Submissions shall be capable of being printed on 8.5 x 11-inch paper with one-inch margin (top, bottom, left and right) and a 12-point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10-point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2013 and PowerPoint 2013 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2013. Zip files are not acceptable. Emails are limited to 10Mb in size; emails in excess of 10Mb must be transmitted through DoD Safe https://safe.apps.mil/. The subject line must read "(Company Name) response to I-CsUAS RFI.” Note: Be sure to number your responses in accordance with our numbering system so each answer corresponds to the correct question. Also, spell out acronyms in their first instance and clearly mark any proprietary information per the guidance of paragraphs above. Respondents to this questionnaire may be contacted directly in the future for additional comments and information as potential requirements develop.Interested vendors are also requested to provide the following administrative information: Company NameAddress (corporate offices & research and development facilities)WebsiteCAGE CodePlease provide a brief description of your company to include history, years in CsUAS business, significant events, facilities and locations, and partnerships/affiliatesPerson Responding to Questionnaire:NameTitleCompany Responsibility/PositionTelephone Number** ROM data will not be included in the RFI 20-page limitation; however, it is requested that the ROM data be limited to no more than 10 pages submitted in Microsoft Excel format.Please do not submit proposals at this time. The Government is only seeking sources and information for market research to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of any evaluation. It is the contractor’s responsibility to check Beta Sam website at https://sam.gov/ to get additional data.Responses to this RFI shall be submitted via e-mail to Autumn Dickinson, autumn.dickinson@usmc.mil, Alyse Kiersey, alyse.kiersey@usmc.mil, and Suzanne Blagg, suzanne.blagg@usmc.mil no later than 2:00 PM Eastern Time 10 March 2023 with the subject line "(Company Name) response to I-CsUAS RFI.”. Additionally, Vendors shall provide their company name and CAGE code with their requests. Telephone replies will not be accepted. Inquiries by telephone will not be accepted.6. Industry Day:The Government’s intends to host a two-day Industry Day in FY23 to encourage exchanges of information between Government and Industry to improve understanding of Government requirements and increase efficiency in future proposal preparations; thereby, enhancing the Government’s ability to obtain quality supplies and services at a reasonable and affordable cost. The Industry Day, hosted by PM GBAD in the Northern Virginia area, will be conducted to help identify potential sources that may possess the expertise, capabilities, and experience to meet the I-CsUAS requirements. The Industry Day will not constitute a formal solicitation for proposals or proposal abstracts. 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. Attendance at the Industry Day is voluntary and is not required to propose to subsequent solicitations (if any) on this topic. The Government will not reimburse participants for any expenses associated with their participation in this industry day. Industry Day will be limited to U.S. citizens only.7. Non-Government Advisors:Non-Government advisors will be used in the evaluation of RFI responses and will have signed non-disclosure agreements (NDAs) with the Government. The Government understands that information provided in response to this RFI is presented in confidence and may contain trade secret or commercial or financial information, and the Government agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include:a. 18 USC 1905 (Trade Secrets Act)b. 18 USC 1831 et seq. (Economic Espionage Act)c. 5 USC 552(b)(4) (Freedom of Information Act)d. Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); ande. Any other statute, regulation, or requirement applicable to Government employees.

Location

Country : USA

You may also like

BLUE SMALL UNMANNED AIRCRAFT SYSTEMS (SUAS) FOR U.S. BORDER PATROL.

Due: 14 Sep, 2024 (in 4 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

NATO Market Survey: Delivery of Counter Unmanned Aircraft Systems (C-UAS) Equipment

Due: 15 May, 2024 (in 19 days)Agency: COMMERCE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.