New Jersey Bids > Bid Detail

Common Aircraft Launch and Recovery Technologies

Agency:
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159130321985828
Posted Date: Sep 26, 2023
Due Date: Oct 26, 2023
Source: https://sam.gov/opp/2711fc4f2b...
Follow
Common Aircraft Launch and Recovery Technologies
Active
Contract Opportunity
Notice ID
N68335-23-RFI-0327
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 26, 2023 04:28 pm EDT
  • Original Response Date: Oct 26, 2023 06:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1710 - AIRCRAFT LANDING EQUIPMENT
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Joint Base MDL , NJ 08733
    USA
Description

REQUEST FOR INFORMATION - SOURCES SOUGHT FOR

COMMON AIRCRAFT LAUNCH AND RECOVERY TECHNOLOGIES FOR

GROUP 3-5 ATTRITABLE UNMANNED AERIAL VEHICLES (UAVs)



NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, LAKEHURST, NJ





Notice Type: Request for Information



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that Naval Air Systems Command (NAVAIR) or the Office of Naval Research (ONR) will contract for the items contained in this RFI. This RFI is issued solely for information and planning purposes. This RFI does not commit the Navy to contract for any supply or service whatsoever. Furthermore, the Navy is not seeking proposals at this time. Responders are advised the U.S. Navy will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense.



Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations.





INTRODUCTION



The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey and the Office of Naval Research (ONR) Code 35 are seeking sources to fulfill a proposed acquisition requirement for common Aircraft Launch and Recovery Equipment (ALRE) suitable for Group 3-5 Unmanned Aerial Vehicles (UAVs). The UAVs are expected to be fixed wing, low-cost, and reusable/attritable, and would operate off of non-carrier vessel (CV) sea-based platforms.





ELIGIBILITY



The PSCs for this requirement are 1710 (Aircraft Landing Equipment) and 1720 (Aircraft Launching Equipment);

Relevant NAICS codes include: 541715 (Research and Development in the Physical, Engineering, and Life Sciences), 541330 (Engineering Services), and 336411 (Aircraft Manufacturing).





REQUIREMENTS



The Navy is seeking revolutionary launch and recovery technologies to operate low-cost, attritable, fixed wing, Group 3-5 UAVs on sea-based platforms other than aircraft carriers. The ALRE technologies shall allow the Navy to deploy a high volume of low-cost aircraft to supplement the Air Wing of the Future (AWOTF), promote critical asset survivability, and improve distribution of Naval airpower.



Information is sought for concepts that minimize space required on the deck and maximize the number of compatible low cost/attritable UAVs. Concepts may utilize modularity or a family of systems to support variable aircraft weights and launch/capture velocities. Potentially relevant Air Capable Ships (ACS) include the Expeditionary Sea Base (ESB), Destroyer (DDG), Amphibious Transport Dock (also known as the Landing Platform Dock [LPD]), or a new ship class, with flight deck sizes approximately 50 - 200 feet long and 40 - 100 feet wide. Group 3-5 aircraft may weigh approximately 1,000 - 10,000 lbs. The ALRE may be portable or permanently installed for use on a single ship class or multiple ship classes. In addition, potential concepts for ALRE may also include sea-based platforms other than ships.



Respondents shall consider how to use a holistic, systems-based approach to maximize sortie rates, i.e., the Navy is seeking information about concepts that can launch/recover a large number of UAVs in a short amount of time. Consideration should also be given to facilitation of UAV handling (preferably, automated) and storage pre and post launch and recovery. Novel approaches for flight control techniques, innovative coupling of ship/aircraft aerodynamic effects, ship/aircraft communications, and Concepts of Operations (CONOPS) are acceptable.



SUBMITTAL INFORMATION



It is requested that interested businesses submit to the contracting office a brief product information package (existing product brochures and/or datasheets acceptable) for technologies or concepts that meet the requirements summarized herein.



Documentation should address the following:




  1. Company Name; Company Address; Cage Code; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.

  2. Technology, concept, or existing information about launch and recovery system, which might include:

    • Product brochures

    • Concept images

    • Written description(s) of the technology, including the methods used to interface with the aircraft and store, transmit, deliver/absorb energy for launch/recovery

    • Written description of the CONOPS, including how the launch system, recovery system, and aircraft(s) can work holistically in a minimal amount of space

    • Specifications/Datasheets or other documented/proposed capabilities of the system, e.g., launch and recovery envelope ranges, sortie rates, controllability, etc.

    • Interface requirements, e.g., ship power, hydraulics, cooling, communications (fiber), health monitoring, etc.

    • Dimensions of equipment (while operating and while in storage, if applicable)

    • Part numbers (if applicable)

    • High-level drawings (if applicable)

    • Videos (if applicable)







If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the specifications.



All interested parties are highly encouraged to submit RFI responses, preferably via electronic mail. While the Navy will use this information for future acquisition planning, it will NOT release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI is marked PROPRIETARY will be handled accordingly. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations.



NAWCADLKE will not pay respondents for any information generated for or provided in response to this RFI. Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Responses to this RFI are requested by 6:00 PM on 26 October 2023. Responses should cite RFI number N68335-23-RFI-0327 and be addressed to the attention of Mr. Robert Megill at robert.a.megill2.civ@us.navy.mil.



Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend.


Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 26, 2023 04:28 pm EDTSources Sought (Original)

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 >