The RFP Database
New business relationships start here

Ballistic Low Altitude Drone Engagement (BLADE) 360 Degree Detection System RFI


New Jersey, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Ballistic Low Altitude Drone Engagement (BLADE) 360 Degree Detection System RFI

11 April, 2019
Introduction/ BLADE Overview:
The U.S. Army Contracting Command (ACC) - New Jersey 07806-5000, in support of the Combat Capabilities Development Command (CCDC) Armaments Center, is issuing a request for information for market research purposes only to understand industry capability to provide a vehicle-based cueing sensor capable of providing real-time alerts to an existing on-board precision fire control radar (PFCR).
The cueing sensor (including but not limited to radar, EO/IR, active/passive) would be vehicle mounted (configurable to be mounted onto Army Ground Combat vehicles including HMMWV, Bradley, Stryker, Abrams, Joint Light Tactical Vehicle [JLTV], and next generation combat vehicles), small, lightweight, affordable, and be suitable for stationary and on-the-move operations.


As a result of issuing this Request for Information (RFI), the Government expects to receive white papers describing proposed concepts and technologies. The RFI responses should identify sensor designs that will support the Armaments Center system concept and include a credible development path, with rough order magnitude estimates provided on costs and timeline.


This information will be used to:

(1) Determine the ability of current and near-term emerging technology to support this mission;
(2) Identify feasible system concept alternatives;
(3) Determine the approximate/relative cost information for each proposed concept via a rough order of magnitude; and
(4) Determine the technical approach, physical and estimated performance characteristics, and achievable goals associated with each proposed concept.
The responder/responder teams must possess the necessary skill, facilities, and expertise to produce a prototype system capable of being demonstrated in both a stationary and on-the-move configuration against a variety threats, primarily small Radar Cross Section (RCS) aerial targets.
Potential candidates should have expertise in sensor design and development. The subject matter may be considered to be a "critical technology" and therefore subject to International Traffic in Arms Regulations (ITAR) restrictions. Subject to approval, competition is limited to U.S. sources.


No award is intended as a result of this request for information.



The NAICS Code for this effort is 541715 Research and Development in the Physical, Engineering, and Life Sciences.



1. Requirements
a. Threshold:
i. Ability to detect Group 1 UAS in 360 degrees of coverage from a stationary vehicle.
1. Group 1 UAS defined as:
a. < 20 lbs takeoff weight
b. < 1,200 ft AGL operating altitude
c. < 100 kts

ii. Detections must be processed to declare a formal Cue to BLADE PFCR. Cues will have the following features:
1. Localize the target in both Az and El to not more than +/- 7.5 degrees.
2. Declared at a range of not less than 3 km, with a range accuracy of 100m.
3. Cues must be updated at no less than a 1Hz rate.
iii. Day/night all weather capable.
iv. Cues must be provided/updated on no less than 5 simultaneous targets.
v. Cues must not be provided on nuisance targets (birds for example), and stationary or wind-blown natural clutter. No more than five (5) false cues can be declared for every 100 nuisance targets detected.
vi. SWAP requirements
1. Power 1KW integrated onto M-ATV.
2. Mast height limitation?
3. Environmental conditions: "clear-air environment".
4. Ruggedization to Industrial quality standards.
5. Expect to be able to provide data to external system through standard communication channel.

b. Objective:
i. Ability to detect Group 1 UAS in 360 degrees of coverage from a moving vehicle.
ii. Detections must be processed to declare a formal cue to BLADE PFCR. Cues will have the following features:
1. Localize the target in both Az and El to not more than +/- 2.5 degrees.
2. Declared at a range of not less than 5 km.
3. Cues must be updated at no less than a 5 Hz rate.
4. Cues must provide an estimate of target range-rate.
iii. Day/night all weather capable.
iv. Cues must be provided/updated on no less than 10 simultaneous targets. No more than one (1) false cue can be declared for every 100 nuisance targets detected.
v. Ruggedization to military specifications (MIL SPEC)


2. Response Scope:
Responses shall be provided in whitepaper format, limited to 30 pages in length. Responses should include a 1 page executive summary and limit any general company information, past performance, and history to 2 pages. Responses should include an assessment with some justification of the Technology Readiness Level for proposed solutions. Responses may also include a discussion of development paths to improve sensor capability in future upgrades.
Responses should present the technical approach to proposed designs, and include sensor performance predictions with an assessment of technical risks. Projections for developmental schedule and cost through a live demonstration should be included. Production cost Rough Order of Magnitude (ROM) (quantity 100 units) should also be included, and any opportunities for cost reduction in development and/or production should be identified.


Additional information to enhance the credibility of performance and cost projections should be included. This information could be in the form of: previous design results, past test performance, modeling and simulation, live fire test data results, laboratory data and existing cost data on programs or production systems.


Responses should also note available prototype hardware/software systems that are ready for near-term testing to verify performance and collect data for system development and improvement.


Requirements that are major hurdles should be identified, with recommendations for technical mitigations where appropriate.
In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed North American Industry Classification System (NAICS).


3. Response Instructions
This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey.


The closing date for responses to this request is No Later Than (NLT) 10 May 2019.
All submissions are requested to be made via electronic mail to both Points of Contact (POCs) for this action: Malgarzata stroynowski , Contract Specialist, email: malgorzata.stroynowski.civ@mail; and Elizabeth A. Horak, Contract Officer, email: elizabeth.a.horak2.civ@mail.mil. Phone inquiries will not be addressed.


Malgorzata Stroynowski, Contract Specialist, Phone 9737244567, Email malgorzata.stroynowski.civ@mail.mil - Elizabeth A. Horak, Contracting Officer, Email elizabeth.a.horak2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP