US defence agency seeks systems integration partner for counter unmanned systems

US Special Operations Command (USSOCOM) has issued a Request For Information (RFI) from industry to submit white papers regarding a systems integration partner (SIP) for counter unmanned systems (CUxS). The purpose of the RFI is to conduct market research, which will be used to plan and implement an acquisition strategy to procure supplies/services related to integration of a CUxS Family of Systems (FoS) with the initial focus being Counter Unmanned Aerial Systems (CUAS). USSOCOM is seeking interested vendors, or teaming ventures, which have the ability to serve as the CUxS SIP. The Government is particularly interested in Industry recommendations and feedback to improve contract requirements, contract structure/type, and performance incentives.

The open competition is due to be followed by a Request For Proposal in 3Q2020 and estimated contract award in 1Q2021.

USSOCOM envisions the CUxS SIP responsibilities to include:

  • Integration of a family of CUAS sensors and systems, both Government-owned and vendor recommended (based on the set of sensor requirements provided by the Government), to provide a layered defense for SOF Operators in a variety of OCONUS environments.
  • Provide modular and scalable recommendations on the optimal sensor/system package for a given mission set or deployment location, based on Government-provided intelligence, operator inputs, site surveys, and their own expertise of the various available sensors.
  • Coordinate with the Government logistics team in the fielding of packaged solutions.  The SIP may be required to provide installation and/or field service representative (FSR, Tier 1 repair & maintenance support) support at OCONUS locations.
  • Provide initial system training for any sensor introduced to the FoS and augment a Military Training Team (MTT), as necessary, to provide pre-deployment and refresher training to SOF Operators.
  • Be responsible for specific maintenance activities, such as software and firmware updates, pre-planned product improvements to sensors, tracking of predictive analytics (i.e. Overall Equipment Effectiveness (OEE), Mean time to repair (MTTR), and Mean time between failure (MTBF)) of the sensors/systems in the FoS.  Support shall be provided at both permanent Government/Contractor facilities and deployed locations in order to accomplish priorities and tasks described below.

Interested vendors should submit white papers, not exceeding 15 pages, that address the following areas:

  1. Discuss your experience with commonly employed CUxS sensors and systems to include, but not limited to: Passive and Active detection, Radio Frequency defeat, Kinetic defeat, Artificial Intelligence (AI) or Machine Learning (ML), and any other emerging technologies.
  2. Describe your previous or current experience integrating various hardware systems into a tailorable, fieldable solution.
    1. The Government anticipates an “over the air” evaluation, at a Government test facility, as a portion of the technical evaluation. Please address your company’s ability to demonstrate the rapid integration of a sensor solution (est. two weeks to integrate a provided sensor) during the course of a 30 day proposal period.
  3. Discuss the subject matter expertise employed by your company to perform evaluation of competing hardware solutions. All personnel supporting this effort shall be U.S. citizens and possess a SECRET security clearance.
  4. Discuss your efforts in assisting the Government to maintain systems or FoS. Include your methodology for collecting and reporting predictive analytics.
  5. Discuss any recommendations your company may have to optimize the concept of a CUxS SIP, to include, but not limited to:
    1. Requirements of the Contract
    2. Contract Type (C or D)
    3. Pricing Arrangement (Fixed Price or Cost Plus or Multiple)
    4. Single or Multiple Award
      1. If recommending MA, then discuss how all awardees would be required to address configuration control and interoperability.
    5. Can a SIP be sourced as a service?
      1. If yes, explain.
    6. If incentive option terms were included in a resultant award, what key metric(s) would you propose the government evaluate to determine if the Contractor has earned the incentive option term?
    7. Is there a different relationship besides a “Systems Integration Partner” that the Government should consider? If yes, please provide details.
    8. Provide recommendations on NAICS, SIC, PSC, and/or FSC.

Notice ID: CUxSSIP_17April2020

Date of issue: 17 April 2020

Response date: 13 May 2020

Point of contact: john.paitson@socom.mil

Office: SOF ATL-KP 7701 Tampa Point Boulevard, Tampa, FL 33621-5323, US

(Image: USSOCOM)

For more information visit:

https://beta.sam.gov/opp/1c08665bcb0a46de9f94c69ee172b978/view?keywords=unmanned&sort=-relevance&index=opp&is_active=true&page=1&inactive_filter_values=false&opp_publish_date_filter_model=%7B%22dateRange%22:%7B%22startDate%22:%222020-04-15%22,%22endDate%22:%222020-04-21%22%7D%7D&opp_response_date_filter_model=%7B%22dateRange%22:%7B%22startDate%22:%22%22,%22endDate%22:%22%22%7D%7D&date_filter_index=0

 

Share this:
Counter Drone System - D-Fend Solutions