Counter Unmanned Aircraft Systems (CUAS) turreted gun-based capability

Agency: DEPT OF DEFENSE
State: Alabama
Level of Government: Federal
Category:
  • 10 - Weapons
Opps ID: NBD00159332685784198
Posted Date: Mar 27, 2024
Due Date: Apr 1, 2024
Solicitation No: PANRSA-24-P-0000-001618
Source: Members Only
Follow
Counter Unmanned Aircraft Systems (CUAS) turreted gun-based capability
Active
Contract Opportunity
Notice ID
PANRSA-24-P-0000-001618
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 27, 2024 06:22 am CDT
  • Original Published Date: Mar 01, 2024 06:38 am CST
  • Updated Response Date: Apr 01, 2024 04:00 pm CDT
  • Original Response Date: Mar 22, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 16, 2024
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: 1095 - MISCELLANEOUS WEAPONS
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

This is a Sources Sought Announcement is for market survey purposes only. This is not a solicitation for proposals. No contract shall be awarded, nor will reimbursement be made for any costs associated with providing information in response to this announcement.





The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to provide a Counter Unmanned Aircraft Systems (CUAS) turreted gun-based capability. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualification of businesses to compete and perform a hybrid type contract with fixed price and cost reimbursable requirements. This announcement supports the Federal Acquisition Regulation Part 10 Market Research requirement.






  1. PROGRAM BACKGROUND



The Integrated Fires Rapid Capabilities Office -International (IFRCO-I) plans, coordinates and synchronizes programmatics, logistics, training, and technical management of international systems of systems, delivering emerging and rapid development Short Range Air Defense and Counter Unmanned Aircraft Systems capabilities to foreign partners.






  1. REQUIRED CAPABILITIES



The contractor shall be capable of designing, documenting, manufacturing, and integrating a CUAS gun-based solution.





Requirements include:




  1. The system shall have the ability to engage and destroy UAS using a cannon with rapid fire and automatic aiming controlled by an operator.

  2. The system shall be mobile (e.g., vehicle mounted).

  3. The system shall have a command and control system capable of displaying air tracks and passing tracks to the gun system.

  4. The system shall have an active radar.

  5. The system shall have means of Electro-Optical and InfraRed (EO/IR) detection.

  6. The system shall be able to raise the sensor and communication suite above a 10-meter tree line, if functionality of the system can not be maintained a ground line emplaced behind a 10 meter tree line.

  7. The system shall have a radio meshnet.





The Government requests information on the following system aspects:




  1. Caliber and type of ammunition and gun to include percussion or electrical priming and performance data against Group 3 UAS (20-600kg gross takeoff weight).

  2. Proposed turret and relevant technical specifications, (i.e., Size, Weight, Power, and Cost [SWaP-C], slew rate and acceleration, stability, environmental testing conducted).

  3. Interfaces between system components.

  4. Ability of the system to receive and external track.

  5. Proposed radar model and relevant technical specifications (i.e., SWaP-C, detection range against a -15dBsm target moving at less than 127 m/s, with false alarm rate and track continuity information, spinning vs. staring, band, and number of simultaneous tracks).

  6. On the move capability.

  7. Proposed EO/IR camera and relevant technical specifications (i.e., SWaP-C, detection, classification, and identification range against a rear mounted piston engine against a Group 3 target).

  8. Emplacement and displacement time and any performance degradation for incomplete setup still capable of executing basic missions.

  9. Number of rounds per engagement (average) and number of rounds carried on system.

  10. Platform that the system is integrated onto, i.e., commercial truck, HMMWV, FMTV, etc.

  11. Recommended logistics concepts with anticipated costs for two years of sustainment (spares and services).

  12. Proposed data rights assertions.



Responses with any/all available kinetic defeat solutions are welcome. The system must be releasable to foriegn partners. Responses shall include a vehicle agnostic solution, system shall be capable of mounting on a vehicle used by U.S. or foreign partners. For example, HMMWV, Mercedes FG series, Armored Vehicles, and up to a FMTV or coalition equivalent. Intent is to provide a small form factor for a crew of 2-3 personnel. The system should be dismountable. However, will will never be Soldier operated on the ground (e.g. tripod mounted).




  1. ELIGIBILITY



The applicable NAICS code for this requirement is 332994 with a Small Business Size Standard of 1,000 employees. The Product Service Code is 1095. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





Offeror's response to this announcement shall be limited to 5 pages in length in Times New Roman font of not less than 10 pitch and shall include the following information:




  • Offeror's name, address, point of contact, phone number, and e-mail address.

  • Offeror's interest in bidding on a solicitation when it is issued.

  • Offeror's CAGE Code, business size (if a small business, please indicate whether HUBZone, Service-Disabled Veteran Owned Small Business, 8(a), etc.).

  • Offeror's Joint Venture information, if applicable (existing and potential).

  • Tailored capability statements addressing the particulars of this effort including relevant past performance.





NOTE: Please do not submit marketing materials/brochures with the requested capabilities statement. The capabilities statement submitted in accordance with the instructions above is all that will be reviewed for purposes of this market research.



Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.





All responses to this Sources Sought shall be electronically submitted to the Contract Specialist, Steven R. Palmer in either Microsoft Word or Portable Document Format (PDF), via email steven.r.palmer16.civ@army.mil.





Your written responses are required no later than 4:00pm CST on 1 April 2024.





All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the US Army intend to award based on this request for sources sought or otherwise pay for the information solicited or any follow up information requests.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER MISSLE
  • REDSTONE ARSENAL , AL 35898-5090
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 20, 2024[Sources Sought (Updated)] Counter Unmanned Aircraft Systems (CUAS) turreted gun-based capability

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >