Search Contract Opportunities

Counter Unmanned Aerial Systems (C-UAS) Radar Module for Remote Weapon Systems

ID: W15QKN24X118F • Type: Special Notice

Description

Posted: Dec. 12, 2024, 9:51 a.m. EST

October 29, 2024

The response date for this special notice has been extended to November 4, 2024 at 5:00PM EST.

Q1: Does the Product Director Crew Served Weapons (PdM CSW) anticipate an objective or threshold requirement for the radar module to operate while mounted to a moving vehicle (e.g. Stryker)? If so, what is the anticipated requirement for maximum operational speed?
A1: As requested under the Characteristics Summary on status of product and maturity level , please provide any capabilities which includes operating ability while mounted to a moving vehicle at a maximum operational speed.
Q2: Does the PdM CSW anticipate an objective or threshold requirement for the radar module to integrate with CROWS?

A2: The RFI is stating the request for a Counter Unmanned Aerial Systems (C-UAS) Radar Module for use with Remote Weapon Systems (RWS). CROWS is one example of a RWS system. The RFI includes criteria and characteristics which are the requirements.
Q3: Does the PdM CSW anticipate an objective or threshold requirement for the radar module to integrate with specific C2 or fire control systems (e.g. MAFIA, CTC)?

A3: The radar module shall have flexibility or state what modifications will be needed to integrate into any C2 or fire control systems.

------------------------------------------------------------------------------------------------------------------------------------------------

September 20, 2024

Q1: Provide additional detail regarding what is meant by the term Module in Radar Module? Is a specific form factor desired?

A1: Radar Module is a radar system that has Counter Unmanned Aerial Systems (C-UAS) capability for a Remote Weapon System (RWS) application. The desired form factor is a radar system that has the capability to mount onto a Remote Weapon System. Please specify your radar system characteristics which includes your form factor.

Q2: Provide additional information regarding data interface/interoperability expectations for the Radar.

A2: The radar system shall be able to data interface using ethernet, RS232, or RS422.

------------------------------------------------------------------------------------------------------------------------------------------------

The U.S. Army Contracting Command - New Jersey on behalf of the Product Director Crew Served Weapons (PdM CSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess a Counter Unmanned Aerial Systems (C-UAS) Radar Module for use with Remote Weapon Systems (RWS). Information is being sought for radar systems with mature technologies that can be readily modified and integrated to meet the following criteria:

  • Previously developed item with minimal changes necessary for compatibility
  • Detection of Class 1 and 2 low, slow, and small UAS targets up to 2 km (T).
  • Multi-target tracking capability
  • Power per MIL-STD-1275
  • Environmental ruggedization as per MIL-STD-810H
  • Operational at temperatures of +140 degrees Fahrenheit to -50 degrees Fahrenheit.
  • Shall be capable of supporting or being easily modified to allow for control over ethernet, RS232, or RS422 (T).
  • 15-year procurable life
  • Mean Time Between Failures (MTBF) of 15,000 hours (O)

Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages, with the only exceptions stated below. Information papers can be submitted in a white paper format.

Radar System Description: Provide the description of the radar system, including system growth potential.

Characteristics:

  • Operating Frequency Band
  • Control System Type (Open or Closed Loop)
  • Detection false positive and false negative rates
  • Field of View (Half Hemisphere or Horizontal and Vertical if applicable)
  • Dimensions or 3D step model (preferred) of radar envelope (model file is outside of 20 page limit)
  • Mounting capabilities
  • Weight of system
  • Power characteristics (voltage level, steady state power draw, transient power draw, etc.)
  • Power-up time for entire temperature range (+140 degrees Fahrenheit to -50 degrees Fahrenheit)
  • Mean Time Between Failures (MTBF)
  • Communications protocol
  • Environmental details
  • Engineering and Qualification test results, if available (outside of 20 page limit)
  • Summary on status of product and maturity level
  • Details on user interface for radar operator

Delivery Schedule:

  • Earliest Availability of Production Representative Radar
  • Monthly production capacity
  • Delivery lead time

Prior Military Sales for stated product, if applicable:

  • Program name(s)
  • US military or foreign military (specify country or countries)
  • US Government Contract number(s)
  • US Government Point of Contact (Name, Email, Phone, Organization)
  • Quantities sold to the Military
  • Description: Standalone or as part of larger system

Cost:

  • Radar Non-Recurring Cost for minimal compatibility changes
  • Radar Unit Production Cost based on quantity of systems:
    • 1-4
    • 5-49
    • 50-199
    • 200- above

Risks:

  • Radar Risk
  • Integration Risk

Other:

  • Export Restrictions, if applicable

Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number.

5. The North American Industry Classification System (NAICS) codes for this effort are 333314.

6. Commerciality:

a. ( ) Our product as described above, has been sold, leased or licensed to the general public

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense

c. ( ) None of the above applies. Explain.

7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).

8. Major partners or suppliers.

9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).

10. Provide minimum and maximum monthly production rates of past production of same or similar items.

11. Please provide any additional comments

All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 45 calendar days to:

US Army Contracting Command - New Jersey

ATTN: Angelica Merino - ACC-NJ-SL

Building 9, Phipps Road

Picatinny Arsenal, NJ 07806-5000

Email: angelica.m.merino.civ@army.mil

The points of contact are Angelica Merino at angelica.m.merino.civ@army.mil and Renee Papadopoulos at renee.a.papadopoulos.civ@army.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to angelica.m.merino.civ@army.mil and renee.a.papadopoulos.civ@army.mil.

This is a request for information only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned.

Contracting Office Address:

ACC - New Jersey, Center for Contracting and Commerce, Building 9 Phipps

RD, Picatinny Arsenal, NJ 07806-5000

Point of Contact(s):

Angelica Merino, angelica.m.merino.civ@army.mil

Renee Papadopoulos, renee.a.papadopoulos.civ@army.mil

Posted: Dec. 12, 2024, 9:51 a.m. EST
Posted: Oct. 29, 2024, 5:28 p.m. EDT
Posted: Sept. 20, 2024, 2:21 p.m. EDT
Posted: Sept. 4, 2024, 2:56 p.m. EDT

Overview

Response Deadline
Nov. 4, 2024, 5:00 p.m. EST (original: Oct. 21, 2024, 5:00 p.m. EDT) Past Due
Posted
Sept. 4, 2024, 2:56 p.m. EDT (updated: Dec. 12, 2024, 9:51 a.m. EST)
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Not Provided
Source
SAM
On 9/4/24 ACC Picatinny issued Special Notice W15QKN24X118F for Counter Unmanned Aerial Systems (C-UAS) Radar Module for Remote Weapon Systems due 11/4/24.
Primary Contact
Name
Angelica M. Merino   Profile
Phone
None

Secondary Contact

Name
Renee Papadopoulos   Profile
Phone
None

Documents

Posted documents for Special Notice W15QKN24X118F

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W15QKN24X118F

Similar Active Opportunities

Open contract opportunities similar to Special Notice W15QKN24X118F

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
Dec. 12, 2024
Last Updated By
angelica.m.merino.civ@army.mil
Archive Date
Dec. 12, 2024