Request for Information (RFI) for a Joint Tactical Autonomous Aerial Resupply System (JTAARS) Group 3 Unmanned Aircraft Systems (UAS)

Agency: DEPT OF DEFENSE
State: Alabama
Type of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Posted: Dec 4, 2022
Due: Dec 19, 2023
Solicitation No: PANRSA-23P-0000-002536
Publication URL: To access bid details, please log in.
Follow
Request for Information (RFI) for a Joint Tactical Autonomous Aerial Resupply System (JTAARS) Group 3 Unmanned Aircraft Systems (UAS)
Active
Contract Opportunity
Notice ID
PANRSA-23P-0000-002536
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?

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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 04, 2022 01:13 pm EST
  • Original Response Date: Dec 19, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Huntsville , AL 35809
    USA
Description

1. Introduction

This RFI is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is solely published to obtain

information for use by PEO AVN and PM UAS, Redstone Arsenal.



This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an

indication that the Government will contract for the items provided by responder. The Government will not

reimburse responders for any costs associated with the preparation or submission of the information requested.

Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if the

Government releases a solicitation. The Government will disregard any requests for a solicitation package. The

Government does not intend to award a contract based on this RFI or otherwise pay for the information

requested. The Government will not return submittals to the responders. The Government may request that

responders provide additional information/details based on their initial submittals.



2. Objective



The PEO AVN/PM UAS seeks industry information to identify potential solutions for a Joint Tactical Autonomous

Resupply System (JTAARS). JTAARS is an autonomous aerial cargo delivery system organic to the maneuver

commander that shall provide options for rapid and agile sustainment of highly mobile tactical combat forces,

operating in a widely dispersed manner in the tactical support and close areas. JTAARS shall enable maneuver by

reducing the tactical force’s dependence on ground lines of communication and sustainment, reducing threats to

manned convoys and manned aerial systems, lightening Soldier load, and shrinking the supply chain during day

and night operations in all environmental conditions. The system should be rugged, durable, lightweight, and ready

to use as delivered with minimal logistic, training, and support requirements. The air vehicle should be capable of

autonomous or single-person manual launch with minimal support equipment from a small, confined area. It should

be capable of either a manual or an autonomous recovery to the same launch area. The recovery method should

minimize and prevent system damage and ensure short turn-around time between missions. The Ground Control

Station (GCS) should be man-portable and consist of the necessary equipment to monitor the sensor(s) position

and status and control the aircraft.

a) Requested Information. The Government requests a general description of the potential solution’s configuration to

include the GCS, data link, air vehicle(s), and support equipment. Identify the following technical attributes of the

potential solution. Notate if a specific attribute is estimated or unknown:

1) Total System Weight (Air Vehicle with payload and GCS)

2) Air Vehicle weight without payload

3) Size and weight of total system packed for shipping and tactical transport

4) Size of Air Vehicle (fuselage length and wingspan width)

5) Size and weight of the GCS

6) System level upper and lower temperature operational limits

7) System level precipitation exposure or operational flight limits

8) Maximum wind limitations (launch and recovery cross wind component limitations)

9) Maximum operational altitude limits (Above Ground Level and Pressure Altitude)

10) Describe any other MIL-STD-810 standards of compliance

11) Maximum air vehicle range (maximum range assuming no line of sight obstructions)

(Describe limiting factor or system characteristics)

12) Maximum Endurance (maximum time the air vehicle can remain airborne under standard day at sea level

conditions)

13) Maximum Air Vehicle airspeed and minimum stall airspeed

b) Provide detailed information in response to the questions listed below:

1) What is the minimum number of personnel required for system operations?

2) What is the programmed training time for operator certification?

3) To what standard and level is the data link encrypted?

4) What are the different types of flight modes and mission control methods used by the system? Describe GCS

capabilities (manual, autonomous, waypoints, loiter, hover and stare, etc.)

5) What safety features (i.e., lost link, lost Global Positioning System (GPS), etc.) are integral to the system?

6) What is the operating system software?

7) What mapping software does the system use (Google maps, Falcon View, open source, etc.); and, does the

system have Digital Terrain Elevation Data (DTED)? Does the system use Department of Defense (DoD)

mapping and imagery?

8) How does the GSC communicate with the air vehicle?

9) Is the system capable of simultaneous multiple air vehicle operations from a single GCS?

10) How does the system navigate?

11) What other unique capabilities are available with the system that may enhance mission performance?

12) Is the air vehicle water recoverable? Is recovery equipment required? If so, please provide description.

13) Does the system have a precision recovery capability? What is the recovery destination target of accuracy?

14) What is the assembly sequence from a transported configuration to launch configuration?

(A field packed system: all the required equipment to accomplish a mission and configured for field conditions

transport)

15) What is the production lead-time, including any production/delivery constraints?

16) Is logistical support available with spare parts and repairs of damaged parts?

17) What is the estimated unit cost per full system? Provide unit costs given the following quantities: 1-500, 501-

1,000, and 1,001-2,000.

18) How is the system maintained?

19) What is the Operational Readiness (OR) rate of your current system?

20) How is a system stored when not in an operational mode?

21) Set up time (time required to go from packed to system airborne)?

22) What is the system storage requirement in cubic feet?

23) What is the system fuel/power source, describe:

(a) If battery powered, how are batteries recharged and how much time is required to return to full charge

following a maximum endurance flight?

(b) Do the batteries have a certification (i.e., Underwriters Laboratories (UL), etc.)? What battery charging

equipment is required?

(c) Type/Class.

(d) Environmental Considerations / Hazardous Materials (HAZMAT).

(e) Risks associated with normal operations and mitigation.

(f) Handling/Storage/Transportation Requirements.

(g) What are the battery cycle characteristics and battery composition (expected battery lifecycles)?

The PEO AVN/PM UAS is specifically interested in systems with the following characteristics:

1) Minimum payload capacity of 125lbs (single lift)

2) Capable of transporting payload for 13 KM combat radius and returning to point of origin (26 KM round-trip)

without requiring refuel/recharge

3) Short Field Takeoff and Landing or Vertical Takeoff and Landing (VTOL)

4) Artificial intelligence enabler characteristics to support mission execution and mitigate data link, GPS navigation

interruptions, fuel cell/flight management, high density fuel cell, and/or battery power

5) Lightweight, easily portable (small size vehicle).

6) System Architecture with Modular Open Systems Approach (MOSA) interoperability characteristics including

with Scalable Control Interface (SCI).

7) Employment by a two-Soldier crew.

8) Transportable by the types of vehicles that are organic to the assigned unit, no specialty equipment or vehicles

will be necessary to transport JTAARS.

9) Capable of transporting all classes of supply.

10) Sustainment – 95% Success Rate 4 PLTs / 24 HRs; 30 Min Max Repair

11) Adequate maturity for immediate production, delivery, fielding and deployment

12) All weather/all environment capability (ability operate in rain, wind, dust, hot and cold temperatures)

(+45c, cold -20c, wind 25kts and light icing .2in”)

Please provide your Commercial and Government Entity (CAGE) code and business size under North American

Industry Classification System (NAICS) Code. If you are a small business per the parameters of NAICS Code, do

you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUB Zone, etc.?

Are you a foreign-owned, foreign-controlled, or a foreign-influenced company? Did you receive funding to develop

your system from any Governmental agencies?



3. Responses



All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a white

paper via electronic mail no later than 14 days after the above release date. Please limit responses to no more

than 20 pages, 12-point font, not including preprinted information material. Respondents shall not submit

classified information. No telephone requests will be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 04, 2022 01:13 pm ESTSources Sought (Original)

Related Document

Dec 14, 2022[Sources Sought (Updated)] Request for Information (RFI) for a Joint Tactical Autonomous Aerial Resupply System (JTAARS) Group 3 Unmanned Aircraft Systems (UAS)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow ACC-RSA PALT SESSION Active Contract Opportunity Notice ID PALTSESSION24JAN2024 Related Notice Department/Ind.

Federal Agency

Bid Due: 11/07/2024

Follow 3 year Extended Warranty for Stratasys Fortus 900MC 3D printer Active Contract

Federal Agency

Bid Due: 12/19/2024

Agency Status Commodity RFP-062 -24000000067 Description: Program Management Office Services Medicaid OPEN Education

Alabama Department of Finance

Bid Due: 5/30/2024

Follow Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information Active Contract

Federal Agency

Bid Due: 5/14/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.