Search Contract Opportunities

Request for Information (RFI) Multi-Mission Affordable Capacity Effector (MACE) Weapon System

ID: N00019-24-RFPREQ-WPM242-0097 • Type: Special Notice

Description

Posted: Feb. 26, 2024, 12:12 p.m. EST

Updated 26 February 2024 to extend response due date to 15 March 2024.

Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is issued as a Request for Information (RFI). The Naval Air Systems Command is seeking information from industry to identify responsible sources that have the capability, experience and facilities required to support the United States Navy (USN) Multi-mission Affordable Capacity Effector (MACE) weapon system. The Government is seeking information and data regarding the development and fielding of MACE.

Background

The Naval Air Systems Command at Patuxent River, MD is conducting market research to determine if there are any responsible sources that have the capability, experience and facilities required to support the rapid development, maturation, integration, prototyping, test, qualification and initial fielding of prototype units in support of the USN Multi-mission Affordable Capacity Effector (MACE) weapon system.

The USN requires the rapid development, prototyping and fielding of an air-launched weapon with adequate stand-off ranges to provide desired lethality without exposing manned platforms to significant survivability risks and jeopardizing mission effectiveness. The USN desired MACE solution will maximize weapon load-out and constrain unit costs to permit large production quantities and optimum inventory levels. MACE will achieve increased range at lower costs by leveraging investments by the Department of Defense (DoD) Science and Technology enterprise and industry partners to integrate a high-maturity propulsion system with proven payloads that are designed with a high quantity production mindset. MACE will be designed with Weapons Open System Architecture (WOSA) and government-owned interfaces to permit rapid and affordable future upgrades and enable multi-variant production. Designing for F-35A/C internal-carriage will expand partnership and cost-sharing opportunities and immediately maximize stores-carriage on F/A-18E/F.

The objective of this notice is to help the Government determine if there are existing sources with the capability and experience to rapidly prototype, integrate, test and field a long-range, network-enabled weapon system capable of launch from a F/A-18E/F and F-35A/C to meet the following requirements:

Mandatory Requirements:

  • Development: MACE shall be developed using digital engineering, WOSA compliance and an exportability-minded design that results in a modular weapon system capable of integrating alternative seekers, payloads and other subcomponents for different weapons variants as well as affordable upgrades to outpace adversaries without disrupting production throughput.
  • Carrier Compliance: MACE shall meet Weapon Systems Explosives Safety Review Board (WSESRB) compliance.
  • Range: Complimentary to LRASM C-1.1. Classified information available upon request.

Desired Requirements:

  • Aircraft Employment: MACE shall be compatible with carriage on F/A-18E/F, as the threshold platform. MACE should be designed for internal carriage of 4 AURs in F-35A/C to enable future integration. MACE shall be compatible with existing internal carriage racks and/or mounting points approved for use on F-35A/C.
  • Launch Envelope: Range achieved from 30,000 MSL, 0.8 Mach delivery
  • Support Equipment: MACE shall be designed to utilize common support and test equipment
  • Payload: 75lbs.
  • Guidance: MACE shall incorporate a guidance system that detects and targets moving surface combatants and surface targets.
  • Cost: Under $300,000 USD per AUR
  • Production: A minimum of 500 AURs per year
  • EOC: Fiscal Year 2027

Responses to this RFI are requested for the development of the AUR or for specific components, such as seekers or propulsion systems that could meet MACE requirements. Industry partners that cannot develop or integrate an AUR but have technology for incorporation are encouraged to submit a response.

Information Desired

The following information regarding the development and fielding of MACE is requested:

  • Design and Development:
    • Specify the components that could be used to meet the requirements of the MACE weapon system and the integration activities that would be needed for the AUR. Provide the following information for the components and AUR:
      • weight,
      • dimensions,
      • carriage method,
      • range,
      • speed,
      • WOSA/GRA and WSESRB compliance,
      • cyber/anti-tamper compliance,
      • Common Munitions Built-in-test Reprogramming Equipment (CMBRE)/ Standardized Tester of Reprogrammable Munitions (STORM) compatibility
      • unique support equipment and/or tooling requirements
    • Describe the approach to the following MACE concepts:
      • aircraft integration,
      • exportability,
      • modeling and digital engineering,
      • mission planning,
      • storage
    • Describe the components (payload, seeker, etc.) that could be interchangeable in the MACE weapon system.
    • Specify the Technology Readiness Level (TRL) of the components and the development, test, and qualification activities required to get to initial fielding.
    • Explain any trades, limitations, or requirements that are unable to be met for the described MACE concept.
  • Cost and Schedule (FRP):
    • Provide a cost breakdown of FY24, FY25 and FY26 Research, Development, Test, and Evaluation non-recurring engineering costs, recurring engineering costs, facilitization costs, special tooling/special test equipment costs, infrastructure costs, and any other funding required (both government contribution and internal industry funding) to get to a first flight test and the costs each year to get to initial fielding.
    • Specify the schedule for development, missile integration, aircraft integration, prototyping, test, qualification and initial fielding milestones.
  • Production:
    • Specify the facilities that would be utilized for the MACE concept and expected throughput of AURs per year.
    • Provide the Maintenance Readiness Level (MRL) of the components and the related activities required to get to initial fielding
  • Partnerships:
    • Describe the expected collaboration activities with the Naval Aviation /Surface Warfare Centers and support required to develop and field the MACE concept.

Response Submittal Instructions

Responses to this RFI will be used for information and planning purposes only. This is not a solicitation.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI and for any costs associated with subsequent discussions. The Government will not provide any form of compensation or reimbursement for the information provided.

Responses to this RFI are not to exceed 10 pages in length on 8.5 x 11 paper with one-inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two-sided page will be considered two pages for the purpose of counting the 10-page limit. A cover page may be included and will not count toward the 10-page limit. The following may be included as a single page each and will not count toward the 10-page limit: cost breakdown, schedule breakdown, diagram of MACE concept.

All submissions should include the RFI Reference Number, company, address, CAGE code, DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your

company's response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile. It is preferred that responses are submitted electronically. Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject may not be reviewed. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Responses to this RFI may be proprietary to the responding company. It is incumbent upon sources providing responses to this RFI to accurately mark all data with all appropriate data rights, distribution statements, and classification markings. Submissions shall clearly identify any proprietary elements of the system. All responses shall be labeled appropriately, and will be handled accordingly. A comprehensive response to this RFI may require a CLASSIFIED response. To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices (up to GENSER SECRET) if required.

UNCLASSIFIED questions to this RFI shall be submitted electronically and include in the subject line: [INSERT COMPANY NAME] Questions: Multi-Mission Affordable Capacity Effector to the following:

  • Contracting Officer: Kathryn Volpe, Kathryn.l.volpe2.civ@us.navy.mil
  • Strategic Initiatives, Military Director: LtCol Joseph Madren, Joseph.s.madren.mil@us.navy.mil
  • Strategic Initiatives, Engineer: Alexa Hedspeth, logan.a.hedspeth.civ@us.navy.mil

UNCLASSIFIED responses to this RFI shall be submitted electronically in an encrypted form (encrypted email or via the DoD Secure Access File Exchange (SAFE)) no later than 5:00 PM EST 15 March 2024, as follows:

  • Subject line: [INSERT COMPANY NAME] - Multi-Mission Affordable Capacity Effector
  • Submitted in Microsoft Word (.docx) or Portable Document Format (.pdf) format
  • Submitted to the following points of contact:
    • Contracting Officer: Kathryn Volpe, Kathryn.l.volpe2.civ@us.navy.mil
    • Strategic Initiatives, Military Director: LtCol Joseph Madren, Joseph.s.madren.mil@us.navy.mil
    • Strategic Initiatives, Engineer: Alexa Hedspeth, logan.a.hedspeth.civ@us.navy.mil

Classified responses or clarifying questions (such as the actual range requirement) up to the GENSER SECRET level should be sent to:

  • Strategic Initiatives, Military Director: LtCol Joseph Madren, Joseph.s.madren2@navy.smil.mil
  • Strategic Initiatives, Engineer: Alexa Hedspeth, logan.hedspeth@navy.smil.mil
  • Mailing address:
    • Outer envelope:

PEO (U&W), PMA-242

Building 2272, Suite 252

47123 Buse Rd

Patuxent River, MD 20670

Inner envelope:

PEO (U&W), PMA-242

Building 2272, Suite 252

47123 Buse Rd

Patuxent River, MD 20670

(Attn: Alexa Hedspeth)

Summary

This announcement constitutes a Request for Information (RFI) led by The Naval Air Systems Command pursuant to FAR 52.215-3 Request for Information or Solicitation for Planning Purposes. As stated above, this is NOT a request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED.

The information provided in this RFI is subject to change and is not binding by the Government. The Naval Air Systems Command has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. This sources sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable NAICS code currently assigned to this procurement is 334511.

Primary Technical Points of Contact:

LtCol Joseph Madren, Military Director, Strategic Initiatives

Joseph.s.madren.mil@us.navy.mil

Joseph.s.madren2@navy.smil.mil

Phone: (804) 426-2516

Alexa Hedspeth, Engineer, Strategic Initiatives

Logan.a.hedspeth.civ@us.navy.mil

Logan.hedspeth@navy.smil.mil

Contracting Officer:

Kathryn Volpe

Kathryn.l.volpe2.civ@us.navy.mil

Posted: Feb. 2, 2024, 10:52 a.m. EST

Overview

Response Deadline
March 15, 2024, 5:00 p.m. EDT (original: March 1, 2024, 5:00 p.m. EST) Past Due
Posted
Feb. 2, 2024, 10:52 a.m. EST (updated: Feb. 26, 2024, 12:12 p.m. EST)
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Patuxent River, MD 20670 United States
Source
SAM
On 2/2/24 Naval Air Systems Command issued Special Notice N00019-24-RFPREQ-WPM242-0097 for Request for Information (RFI) Multi-Mission Affordable Capacity Effector (MACE) Weapon System due 3/15/24.
Primary Contact
Name
Hayley M. Graham   Profile
Phone
None

Secondary Contact

Name
Kathryn L Volpe   Profile
Phone
None

Documents

Posted documents for Special Notice N00019-24-RFPREQ-WPM242-0097

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Special Notice N00019-24-RFPREQ-WPM242-0097

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N00019-24-RFPREQ-WPM242-0097

Similar Active Opportunities

Open contract opportunities similar to Special Notice N00019-24-RFPREQ-WPM242-0097

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
March 30, 2024
Last Updated By
hayley.graham@navy.mil
Archive Date
March 30, 2024