Hyperspectral Imaging (HSI), AgilePod, Standoff High Resolution Imaging Next Era (SHRINE), and Multi-Mode Lidar (M2L) (CHASM) (№13740635)

20 mar

Number: 13740635

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


20-03-2019

Description


Hyperspectral Imaging (HSI), AgilePod, Standoff High Resolution Imaging Next Era (SHRINE), and Multi-Mode Lidar (M2L) (CHASM)Solicitation Number: FA8650-19-S-1014
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: AFRL/RQK - WPAFB

Solicitation Number: FA8650-19-S-1014

Notice Type: Award

Contract Award Date: March 19, 2019

Contract Award Number: FA8650-19-D-1014

Contract Award Dollar Amount: $92890000

Contractor Awarded Name: Collins Aerospace

Synopsis: Added: Jul 19, 2018 12:36 pm

NOTICE OF CONTRACTUAL ACTION FOR NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT FOR Development and Testing of a Multi-Phenomenology
Sensor Package for the MS-177. This is an announcement that the United States Air Force
(USAF), Air Force Research Laboratory (AFRL) intends to issue/award an Indefinite Delivery,
Indefinite Quantity (IDIQ) contract to United Technologies Aerospace Systems (UTAS), Westford,
MA for the purpose of long-range ISR technology maturation and demonstration under the
authority of FAR 6.302-1(a)(2)(iii)(A). This is a maturation and demonstration of component
technologies in which the Government has invested over the last decade. Developed across
numerous contracts, these state-of-the-art technologies include a UTAS-designed shortwave
infrared (SWIR) sensor system, a novel UTAS-designed telescope, a Government-designed multimode ladar system, a novel hyperspectral imager, and the Government-owned AgilePod® family
of pods. The estimated value of this contract is $92M with an overall period of performance
anticipated to begin in FY19, ending in FY23.



The contractor shall be responsible for integrating the above sensors and telescope into an MS-177
and flight testing them either inside an AgilePod® mounted on a U-2 or on an RQ-4. The sensors
must be installed concurrently without violating the size, weight, and power (SWaP) limitations of
the MS-177 and without degrading the performance of the UTAS-designed telescope. Sensor
output must conform to existing MS-177 data processing, exploitation, and dissemination
pipelines. This effort involves complex phenomenology and detailed engineering that requires
specialized expertise and knowledge. This effort requires contractor use and proficiency with the
MS-177 sensor system as well as the U-2 and/or RQ-4.



UTAS is a for-profit company which conducts research in the field of sensor technology with a
focus on high-altitude, long-range sensors and data exploitation. UTAS is the sole developer and
manufacturer of the MS-177 sensor system.



Vendors who are capable of providing the effort above shall fully identify their interest and submit,
in writing, information documenting their qualifications and capabilities to meet the requirements
stated above within 15 days after publication of this synopsis. Responses must be submitted to
Joseph Strehle, Contracting Officer, via email at [email protected]. Responses received
after 15 days or without the required information will be considered non-responsive to the synopsis
and will not be considered. Other business opportunities for AFRL are available at
www.fedbizopps.gov. The proposed contract action is for products which the government intends
to solicit and negotiate with UTAS under the authority of FAR 6.302-1 (a)(2)(iii)(A). Interested
persons may identify their interest and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for competitive proposals. A determination by the
Government not to compete this proposed contractual action based upon responses received to this
notice is solely within the discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a competitive procurement.
Direct questions to the Contracting point of contact (POC) identified in this announcement.



5. General Operations Security (OPSEC) procedures, policies and awareness are required in an
effort to reduce program vulnerability from successful adversary collection and exploitation of
critical information. The Critical Information List (CIL) will be provided upon request by
AFRL/RYOY Information Protection Office. While working on the government installation,
OPSEC guidance will be provided by the AFRL/RYOY Information Protection Office.

Added: Aug 15, 2018 10:22 am

Based on further considerations and market research, the Government no longer intends to pursue this requirement as a sole-source acquisition.


This requirement shall be solicited using full and open competition. The Government intends to issue the solicitation in early Fiscal Year 2019.

Added: Nov 09, 2018 2:24 pm The objective of this program is to integrate existing electro-optical (EO), infrared (IR), radio frequency (RF), multispectral imaging (MSI), hyperspectral imaging (HSI), and lidar sensors and related intelligence, surveillance, and reconnaissance (ISR) technologies and demonstrate via ground and flight tests in support of the Air Force Life Cycle Management Center"s (AFLCMC) Airborne Sensors for ISR (ASI) Analysis of Alternatives (AoA) to develop requirements for the Air Force"s next-generation ISR sensor. Added: Mar 20, 2019 8:41 am

FA8650-19-D-1014 IDIQ Ceiling: $92890000,


TO FA8650-19-F-1015: $14943875


TO FA8650-19-F-1016: $7251569



Please consult the list of

document viewers if you cannot open a file. Advanced Research Announcement (ARA) Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Advanced Research Announcement (ARA)

Posted Date: November 9, 2018



FA8650-19-S-1014-ARA.pdf (172.63 Kb) Description: Advanced Research Announcement (ARA)

FA8650-19-S-1014-ARA-Atch1.pdf (4418.31 Kb) Description: Model Contract

FA8650-19-S-1014-ARA-Atch2.pdf (96.64 Kb) Description: Statement of Work (SOW) - Task Order 0001

FA8650-19-S-1014-ARA-Atch3.pdf (105.96 Kb) Description: Statement of Work (SOW) - Task Order 0002

Questions & Answers (Q&As) Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Questions & Answers (Q&As)

Posted Date: November 29, 2018



FA8650-19-S-1014-ARA-Q&As.pdf (86.46 Kb) Description: Questions & Answers (Q&As)



Contracting Office Address: AFRL/RQK
2130 Eighth Street, Building 45
Wright-Patterson AFB, Ohio 45433
United States


Primary Point of Contact.: Matthew Mayles, Contract Specialist

[email protected] Phone: 937-713-9849

Secondary Point of Contact: Matthew Mayles, Contract Specialist

[email protected] Phone: 937-713-9849