Powered Parafoil Foreign Request for Information
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY The US Army Combat Capabilities Development Command - Soldier Center (CDDC-SC) is seeking information for powered parafoil or glider systems from non-US co... THIS IS A REQUEST FOR INFORMATION (RFI) ONLY The US Army Combat Capabilities Development Command - Soldier Center (CDDC-SC) is seeking information for powered parafoil or glider systems from non-US companies. This is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. This RFI is specifically for non-US companies. DESCRIPTION OF REQUIREMENTS/BACKGROUND: This project will demonstrate a powered parafoil or glider system that will include a Guidance, Navigation and Control Software (GN&C SW) system paired with commercially available powered parafoils or gliders. The system will allow for the ability to provide sustainment, munitions and sensors to a dispersed battlespace. The system is designed to take off from land, whereby the land based take-off can be conducted by minimally trained troops at forward locations, thus providing an organic unit capability. The system is envisioned to provide ground units with their own organic, highly autonomous, unmanned aerial logistics system that reduces risk, while increasing flexibility and speed of delivery to small units at the last tactical mile. The system will provide the efficiency of logistic distribution by placing appropriate tools at the closest point of need. The system at the logistics and ground combat element enables emergency resupply, routine distribution, and a consistent push of logistics, such that units can maintain a constant state of appropriate supply availability. (Logistics on Demand at the Point of Need). This project will demonstrate payload weights from 200 - 500 pounds from offset distances of 150 - 500 km. It is estimated that the accuracy will be within 100 meters. Unit costs are estimated to be an order of magnitude less for the same weight range as current and near and midterm UAS options. All interested Non-US firms, regardless of size, are encouraged to respond to this Request for Information (RFI). INSTRUCTIONS TO RESPONDENTS: RESPONSES: Respondents to this market survey, who meet the requirements detailed in this RFI, are requested to describe their interest and experience with the requirements summarized within this notice. 1. Responses are to contain, at a minimum, (1) White paper - maximum of twelve (12) pages including cover detailing experience in developing and/or manufacturing equipment that meets or can meet the above requirements. (2) Product specification sheets showing sample equipment that your company has applied this technology/similar technology, as applicable and not included in page count. Additional documentation accepted as part of this RFI (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc. See DELIVERABLES section for additional details for submitting responses to this RFI. Information received will be For Official Use Only (FOUO). Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. ADDITIONAL INFORMATION: CCDC-SC will contact individual vendors to discuss mutual interest after receipt of whitepapers. RESPONSE DATE: All responses to this announcement must be received no later than 11:00 PM EST, Tuesday, Aug 20, 2019. No faxes, courier delivered, or telephone inquiries/submissions will be accepted as a response to this RFI. Responses should be submitted to the Project Lead, John Gildea, at: john.g.gildea.civ@mail.mil with a CC to Sanjay Patel, at sanjay.n.patel.ctr@mail.mil DELIVERABLES: All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. 1. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt. Paper should not exceed 12 pages, including cover. a. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). b. The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who. Example focus areas: i. Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements ii. Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements. iii. As applicable, please discuss how your product(s) was implemented within industry/Government. c. Please discuss, as applicable, proposed hardware used as part of the solution. d. Discuss how the proposer will be able to work with the US Government in the future (i.e, US subsidiary or partner) if required 2. Certification and Accreditation (C&A) Documentation: Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc. 3. Cost: Vendor will provide the cost of 2 systems (to include development cost), which meet or exceed the system characteristics, along with technical and logistics support to test the systems at least two times at a US location such as Yuma Proving Grounds. SYSTEM CHARACTERISTICS: This system should have the following characteristics: • Primary characteristics: o Payload weights from 200 - 500 pounds (threshold) and 50 - 2000 pounds (objective) o Offset distances of 100 km (threshold)and 500 km (objective) (in zero wind conditions) o Accuracy within 100 meters (threshold) and 50 meters (objective) o Ability to conduct autonomous flight • Additional Characteristics: o Autonomous take off and landing (or payload deployment while in flight) such that the payload is survivable o Autonomous route planning o Ability to be launched from cargo aircraft o Capable of flying at low altitude (less than 1000 feet) using GPS based or non-GPS based sensors o Lower cost systems are desirable o Lower signature (acoustic, radar) is desired
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »