The RFP Database
New business relationships start here

Request for Information (RFI) for the MQ-1C Gray Eagle Unmanned Aircraft Systems Engine Replacement


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

MQ-1C Gray Eagle Unmanned Aircraft Systems Engine Replacement
Request for Information (RFI)
W58RGZ-18-R-0221
Version 1
19 June 2018

Synopsis
The US Army Aviation Turbine Engines Project Office (ATE PO), herein after referred to as the US Government is seeking information, performance capabilities, and technical data on a Commercial Off the Shelf (COTS) or Non-Developmental Item (NDI) engine that will require minimal modification and integration for primary application to MQ-1C Gray Eagle Unmanned Aircraft System. Modification and integration activities are expected to be rapid and completed within two years of contract award. Both system and component level data are sought, which describe candidate technologies of interest, their current capabilities, estimated costs, schedules, and risks. This data will assist the US Government's planning efforts to procure a solution for current and future Army Aviation applications.


This Request for Information (RFI), in accordance with Federal Acquisition Regulation 15.201(e), is issued for the purpose of preliminary planning for potential acquisition of a MQ-1C Gray Eagle engine replacement and is not a Request for Proposal (RFP) or a promise to issue an RFP in the future. There is no firm requirement at this time. Further, the US Government is not seeking proposals and will not accept unsolicited proposals. This does not commit the US Government to contract for any supplies or services in the future. All information submitted in response to this announcement is voluntary. Failure to respond to this RFI will not preclude participation in any future RFP, if applicable. If a future solicitation is released, it will be synopsized in FedBizOpps. The US Government may also utilize other potential means such as Specific Catalogs, Product Directories, Trade Journals, Seminars, Professional Organizations, Contractor Briefings, In-house Experts, Vendor Surveys, and Trade Shows. There will be no compensation by the US Government for any cost incurred in providing a response. A response to this notice is not an offer and no offer can or will be accepted by the US Government to form a binding contract.


1.0 Introduction
The US Government is interested in obtaining information on current and planned technologies, engine capabilities, and costs for materiel solutions that could satisfy existing capability needs.


2.0 Background
The US Government is in the planning stages for the procurement of a COTS or NDI engine to replace the current engine system within the MQ-1C Gray Eagle fleet. Uninstalled and installed engines account for roughly 400 engines. Current planning envisions a timeframe which will consist of a competitive two year rapid prototyping, integration, and testing contract followed by a production contract. Offered engine systems will not be limited to the current capabilities of the Gray Eagle and should offer expanded reliability and system endurance. The US Government has not excluded this replacement effort based on engine types. Piston, turbine, hybrid electric, electric, and other engine variations will all be reviewed. The US Government also has an added interest in this engine being compatible with Future Unmanned Aerial System (FUAS). There is a significant amount of conceptual design and mission benefit analyses that needs to be performed to refine the requirements for the envisioned FUAS family of aircraft. Propulsion technology has been identified as a key enabling technology that needs to be developed for these systems. As such, the US Government is interested in growth opportunities to potential FUAS use to enable commonality.

3.0 Requirements
The US Government aims to focus procurement assets on engine technology that meets military requirements. Primary focus is on the requirements/goals surrounding reliability and availability of the engine; however, current operational capabilities cannot be regressed. Engine conformance or equivalency with the following specifications and/or current capabilities are requested:
• Ability to begin production for the MQ-1C Gray Eagle systems within a two year timeframe post contract award
• Conform to dimensions similar to 32.1" L X 25" H X 30.6" W
• Maximum weight with auxiliary systems (engine, driveshaft, gearbox, controls, intake system, exhaust system, fuel system, and ignition system) less than 450 lbs.
• Rated between 180 - 220 shp at Sea Level Static, Standard Day
• Equipped with Full Authority Digital Engine Control (FADEC) or similar control system
• FADEC must support a digital/analog interface for commanding the FADEC and a Controller Area Network Bus interface to provide status from the FADEC
• Heavy fuel capability (JP-5, JP-8, JP-8+100, Jet A, Jet A-1, or variants) over its complete environmental and operating envelope for all steady-state and transient operations
• Able to operate in a temperature range of at least -26° F to 248° F
• Able to operate at an altitude of 29,000' Mean Sea Level (MSL) or higher
• Enable the capability of supporting 48 hour mission with 950 lbs. of fuel at a cruise altitude of 10,000' MSL and provide takeoff and cruise/loiter specific fuel consumption
• Engine design life of greater than 1,800 hours
Responses should include information on how proposed engines will comply with the MQ-1C Gray Eagle mission profile:
• Max takeoff weight of 4,200 lbs.
• Mission time of up to 48 hours
• Operates in all types of environments
• Operates at an attitude of 29,000' MSL
• Take-off altitude of up to 9,000'MSL
Responses should also include:
• Existing engine specifications
• The engine's current Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) and the basis for that TRL and MRL
• The path to TRL 8 within two years for the intended application of this engine if modification is required
• Reliability, Availability, and Maintainability metrics
o Showing a MTBF
o Showing a MTTR
o Showing a MTBSA
o Showing a MTBEFF
Description of any modifications that would need to be done to existing MQ-1C Gray Eagle systems to facilitate integration including but not limited to: fuel systems, electrical systems, mounts, drive system, gear box, etc.
• Description of effort and a Rough Order Magnitude (ROM) of projected cost for prototyping, integration, and testing of the offered engine into a MQ-1C Gray Eagle
• ROM for projected production costs
• Notional schedule for prototyping, integration, and testing
• Information on scalability, growth, and improvement opportunities of engine design for current MQ-1C Gray Eagle system and FUAS
• Information on existing engine reliability, qualification, lifing analysis and certification data
• If the proposed engine does not meet the current engine specifications, describe how the offered engine and modifications to the current system can be made to satisfy current mission profiles
• Any other information that would be needed in order to facilitate better information provided to the Army or provide the ability to respond to related future RFP
• Information on the willingness and desire to attend an Industry Day. Include number of attendees, meeting place requirements, and if foreign nationals will be attending
The information provided by industry will be used to assess the current state of technology and whether the technology can satisfy current capability needs and reasonably support an affordable, achievable, moderate risk acquisition program.
The requested information is for internal planning purposes only and will not be publicly released outside the Government RFI Assessment Group. It is the intent of the US Government that industry responses to this RFI will be considered with respect to the development of a future RFP, should a decision be made to proceed.
The US Government intends to engage industry on their RFI submittals by Government announcement via an Industry Days within approximately one month after responses have been received or via other face to face engagements as determined by the US Government. The intent of these engagements is to conduct market research and for respondents to discuss select technologies described in their RFI response, provide insights to the challenges they face in developing potential MQ-1C Gray Eagle engine replacement to meet US Government requirements, and the risks associated with developing an executable moderate risk acquisition program. Respondents are not required to participate in these discussions.
Should a formal RFP be issued in the future, any and all respondents and non-respondents will be eligible to compete for the acquisition. Submission of a response to this RFI is not required to submit a proposal in response to any RFP which may be released in the future or to be awarded any contract pursuant to same.


4.0 Respondent Responsibilities
Respondents are advised that the US Government will not pay for any information, discussions, or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely the responsibility of the respondent.


5.0 Future Acquisition Plans
There is no guarantee that the MQ-1C Gray Eagle engine replacement program will advance to an acquisition based upon the results of the information provided by industry. No determination of a path forward for MQ-1C Gray Eagle engine replacement has been made at this time.


6.0 RFI Respondent Instructions
All final responses must be received to the address below no later than 20 days after posting of the RFI to FedBizOpps.
All information submitted by RFI respondents will be handled as procurement sensitive information submitted to the protections, restrictions, and requirements set forth in FAR 3.104. Further, all information submitted by respondents and all review material developed by the US Government and their support contractors will be marked and protected as procurement sensitive data and each individual involved with the ATE PO RFI will execute an agreement expressly prohibiting the release of RFI respondent information.


Proprietary information should be clearly marked. No classified documents shall be included in your response. Please be advised all documents or electronic media submitted in response to the RFI becomes the property of the US Government and will not be returned.


Two hardcopy responses and two electronic copies of the RFI response via Compact Disc are requested. There is no page limit for RFI responses. Please provide your firm/company's name and address, point of contact with telephone number, and e-mail address.

Any questions on this RFI must be directed to the Contracting Officer, Shirley Ross, via email at shirley.b.ross2.civ@mail.mil, no later than 20 days after the RFI announcement. No questions will be accepted telephonically nor will any responses to questions be provided telephonically.


The mailing address for questions and responses to the RFI is:


Army Contracting Command - Redstone
Attention: CCAM-PLA, Shirley Ross, Contracting Officer
Room 4228, Building 5304 Martin Road,
Redstone Arsenal, AL 35898-5280
Hand delivery of the requested RFI responses is acceptable. If hand delivered, delivery must be made by the response date/time to the address below:
US Army Contracting Command - Redstone
Attention: CCAM-PLA, Shirley Ross
Sparkman Office Complex
5300 Martin Road, 1st Floor
Redstone Arsenal, AL 35758, Phone: (256) 842-7383.


 


Shirley Ross, Phone 2568427383, Email shirley.b.ross2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP