BQM-167A Air Force Subscale Aerial Taget (AFSAT) Program
SOURCES SOUGHT The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conduct... SOURCES SOUGHT The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing BQM-167A subscale aerial targets. The targets will be used by the Weapons Evaluation Group (WEG) to test and evaluate air to air and surface to air weapons system. The Government does not own technical data package for the BQM-167A target system and peculiar support equipment and therefore cannot provide this data to interested parties. The subscale aerial targets shall meet the following threshold performance requirements and Key Performance Parameters (KPPs): • a) Endurance (minutes): 60, with 30 of the 60 at military power at 15,000 ft (Threshold/KPP) 75, with 45 of the 75 at military power at 500 feet (Objective) • b) Minimum-to-Maximum Airspeed Range: 250 Knots Calibrated Air Speed (KCAS) to 0.90M at 15,000 feet (Threshold/KPP) 200 KCAS to 1.5M at 15,000 feet (Objective) • c) i) Payload Carriage, Total (pounds): 300 (Threshold/KPP); 500 (Objective); ii) Payload Carriage, Internal (pounds): 100, plus Growth Capacity (Threshold/KPP); 350 (Objective) iii) Payload Carriage, Wing (pounds per wing): 150 (Threshold); 250 (Objective) • d) Formation Flights of 2, 3, and 4 targets (Threshold/KPP) • e) Operating Environment: Day and night, visual and instrument meteorological conditions (VMC and IMC) (Threshold) • f) i) Launch Wind Restrictions, Ground (knots): 50 headwind, 20 crosswind, 28 tailwind (Threshold) ii) Launch Wind Restrictions, Air (knots): TBD (Objective) • g) Launch: Land (Threshold) Air (Objective) • h) Recovery: Land and Water (Threshold) • i) Sustained Positive "g" at 10,000 feet: +6.0 (Threshold) +9.0 (Objective) • j) Sustained Turn Rate at 10,000 feet (degrees per second): 10 (Threshold) 17 (Objective) • k) Operating Altitude: 50 ft. AGL to 50,000 feet (Threshold) 50 feet AGL to 60,000 feet (Objective) • l) Visual Acquisition (Nautical Miles): ? 3 (Threshold) ? 5 (Objective) • m) Aspect Angle Determination (nautical Miles): ? 1.5 (Threshold) ? 2 (Objective) • n) Visual Augmentation Systems: Smoke, Paint, and Strobe Lights (Threshold) • o) Payloads (systems): Shall be pre-wired and capable of carrying and operating the Luneberg Lens, ALE-47, M-130, ULQ-21 Components, DLQ-9, APC-4 IR Pods and ALE-50 (Threshold) • p) Target Control Systems (TCS) Compatibility: Fully interoperable with the Gulf Range Drone Control System (GRDCS), the Air Force TCS (Threshold) Capable of operating with other DoD TCSs (Objective) • q) TCS Operation: Fly Automated Maneuvers and Can Be Manually Operated (Threshold) o i) TCS Hold Commanded Heading: (degrees): ± 5 (Threshold) ± 3 (Objective) o ii) TCS Hold Commanded Altitude (feet): ± 200 (Threshold) ± 50 (Objective) o iii) TCS Hold Commanded Airspeed (knots): ± 10 (Threshold) ± 5 (Objective) • r) Scoring System: AN/DPQ-9, Shrink Vector Doppler Scoring-A (SVDOPS-A) (Threshold) • s) IFF Modes: Mode 3/A and C (Threshold); Mode 2 and 4 (Objective); • t) Probability of Mission Success for 60 Minute Mission: 0.95 (Threshold); 0.97 (Objective); • u) Availability (Probability the subscale target will pass the functional check prior to a mission): 0.90 (Threshold); 0.95 (Objective); • v) Threat Representative Maneuvers: Subscale target must be capable of performing single-ship, repeatable, consecutive threat representative maneuvers with the ability to terminate the maneuver on command. These maneuvers include (but are not limited to): barrel roll, pitch-back, slice-back, split-S, low altitude penetration, break turns, weave, pop-up, escape, and loss of signal maneuvers. (Threshold) The candidate subscale target shall meet all threshold requirements and be capable of modification to meet objective requirements. The BQM-167A utilizes multiple pieces of drone-unique, peculiar support equipment and test equipment, and any candidate subscale target must be compatible with this existing equipment. The candidate subscale target shall be interoperable with the existing Air Force drone facility and range systems at Tyndall AFB, FL. The candidate subscale target shall not require major modifications to existing drone facilities, range, and support equipment nor require additional manpower unless the Air Force can realize a net cost benefit. Potential sources shall have the capability to provide depot-level supply, repair and maintenance support as well as Operations & Maintenance (O&M) manuals (in accordance with (IAW) TMCR 86-01) and O&M training for the target system. Schedule is critical for this procurement, and any potential source must be able to deliver a complete, operationally-ready subscale target system (including but not limited to targets, O&M manuals, support equipment, training, spares, contractor depot-level repair & maintenance capability) within the required timeframe to meet critical mission requirements. Potential sources shall be capable of delivering subscale aerial targets at a rate of 4 targets per month with a variable quantity ranging from 24 to 45 targets in any given year in order to maintain adequate inventory levels, as well as provide depot-level logistics support, extended warranty, potential On-site technical representative at Tyndall AFB, FL and/or other designated AF range, spares provisioning and sustainment engineering to support Air Force Operational requirements. All interested parties shall submit a Statement of Capability to perform this effort to include tailored, independent test reports that document the assertion that the candidate system has demonstrated it is capable of meeting all performance requirements identified above. In addition, potential sources shall provide a manufacturing plan that demonstrates its capability to meet the required delivery schedule and production rate. Firms responding to this synopsis should also state whether or not they are a large, small, small disadvantaged, 8(a), HUBzone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority-owned concern as defined in Federal Acquisition Regulation (FAR) 52.219-1. The Government will base its decision as to whether this acquisition shall be full and open competition, small business set-aside, or sole source based upon responses to this synopsis and other market research. All interested sources shall submit their SOC to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 336411, Aircraft Manufacturing, with a size standard of 500 persons. As directed by the Foreign Disclosure Office, Eglin AFB, FL, no foreign participation shall be allowed for this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested parties shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 25 pages to include attachments. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: sadie.kovash@us.af.mil, arthur.chappelka@us.af.mil and Kenya Bracey@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Statement of Capabilities - Subscale Aerial Targets (FA8678-20-R-0001)." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. All interested parties may submit information that will be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only Government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 5 JULY 2019. Direct all questions concerning this requirement to Sadie Kovash at sadie.kovash@us.af.mil, Arthur Chappelka at arthur.chappelka@us.af.mil or Kenya Bracey at Kenya.Bracey@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »