"Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Program Executive Office (PEO) Unmanned Aviation and Strike Weapons (U&W), Unmanned Carrier Aviation Office (PMA-268), is seeking information from industry on potential Electro-Optical/Infrared (EO/IR) subsystems that could potentially meet MQ-25 operational requirements. Emphasis will be placed on small, light weight subsystems currently fielded on DoD airborne platforms."
Boost PC performance: How more available memory can improve productivity
RFI for the MQ-25 Stingray CBARS EO/IR system
1. RFI: NAVAIR (PMA-268) MQ-25 Electro-Optical/Infrared subsystem
Agency: Department of the Navy
Office: Naval Air Systems Command (PMA-268)
Location: Naval Air Warfare Center Patuxent River, MD
Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for
Information (RFI). The Program Executive Office (PEO) Unmanned Aviation and Strike Weapons (U&W),
Unmanned Carrier Aviation Office (PMA-268), is seeking information from industry on potential Electro-
Optical/Infrared (EO/IR) subsystems that could potentially meet MQ-25 operational requirements.
Emphasis will be placed on small, light weight subsystems currently fielded on DoD airborne platforms.
MQ-25 is the next step in the Navy's integration of unmanned air systems in the carrier strike group's
operational environment. MQ-25 will deliver a robust organic refueling capability to better enable strike
fighters to execute their primary mission and extend the range of the carrier air wing (CVW). The MQ-
25 will also provide the carrier strike group with an Intelligence, Surveillance, Reconnaissance (ISR)
capability. The system will be a critical part of the future CVW and will enhance carrier capability and
versatility for the Joint Forces Commander through the integration of a persistent, sea-based, multi-
mission aerial refueling Unmanned Aircraft System (UAS) into the CVW. ISR capability will be evaluated
to the extent in which it can be incorporated within the tanking trade space. ISR capabilities may
include Maritime Domain Awareness via Signal Intelligence (SIGINT), Automatic Identification System
(AIS), and Electro-Optical/Infrared (EO/IR) sensors.
EO/IR
NAVAIR is requesting information on potential EO/IR systems which may be integrated on a future MQ-
25A UAS and which will provide ISR imagery for maritime and land targets. Special attention should be
made to maximize effectiveness of the sensor suite for a thick maritime atmosphere. Target sets range
from small afloat boats to military combatants. NAVAIR is requesting information on EO/IR sensor
systems with the following classes of turret diameters and weight:
Class Turret Diameter (inches) System Weight (lbs)
1 19.0 to 23.0 151 to 200
2 13.0 to 19.0 76 to 150
NAVAIR is interested in EO/IR sensor systems which are operationally deployed on U.S. military aircraft
which may be reused/integrated onto an MQ-25A UAS with minimal development costs (however,
information on proposed upgrades which may increase capability to counter the predicted threat are
also of interest). Systems that utilize a cooled Short Wave Infrared (SWIR) sensor are preferred. The
sensor system must be ruggedized to withstand the harsh maritime environment and also suitable for
carrier launch and recovery. If the system cannot currently handle this environment, the vendor should
provide an assessment, technical plan and estimated cost anticipated to modify the system to be carrier
suitable and qualified. Information is also sought on image processing techniques available for an
2. imaging system to provide robust tracking, image enhancement, target detection, and recognition
technical performance parameters sought include: Limiting System Resolution of each sensor, Aperture
Size, F-number, Sensitivity, Modulation Transfer functions, Quantum Efficiency and/or D* of the
Detectors, Frame Rate, Array Size and base material, Pixel Size, filter capabilities, method of non-
uniformity correction and when/where can the correction be executed. NAVAIR is also interested in
future upgrade capabilities such as a Laser Designator and Laser Ranger finders.
As a result of this RFI, the Government expects to receive responses from interested and capable
sources in the form of summary papers containing a description of the non-developmental end item,
developmental item and/or proposed concept. The summary paper shall be written from a system
solution perspective showing how the material solution or concept could satisfy the above stated
requirements. For each subsystem please provide the following information as it applies:
1. A top level description including environmental qualifications
2. Unique CVN suitable design characteristics or effort required to achieve CVN suitability
3. Detailed list of anticipated end product physical and performance characteristics to include size,
power, weight, cooling, interfaces and data transfer rates
4. Scope of development effort (if necessary) and assessment of Technology Readiness Level (TRL)
5. Reliability, maintainability and Cyber security characteristics
6. Integration/interface concept with a Unmanned Air Vehicle (UAV)
7. Maintenance concept
8. Design provisions to support new capabilities as well as incremental upgrades
9. System certifications; if any
10. Unit Cost estimate
11. Associated warranty information
12. Description of the open architecture approach being used if any or what may be potentially
available
13. A description of interface documentation available to the government for system integration
Responses to this RFI will be used for information and planning purposes only and do not constitute 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, the Government will not provide any form of compensation or reimbursement for the
information provided. The Government may request additional information upon review. Responses to
this RFI are not to exceed 5 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 5 page limit. The following may be included and will not count toward your 5
page limit: cover page, table of contents and rear cover page. The Government requests that the
3. respondents deliver one hard copy and one electronic soft copy on CD or DVD to the Government POC
in Microsoft Word or PDF format 4:00PM EST on September 16, 2016.
All submissions should include RFI Reference Number, company, address, CAGE code, and 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 or by electronic means such as e-mail.
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. Note: If the interested party is a
foreign concern or if a US interested party has a team member or partner who is a foreign entity,
adherence to all International Traffic and Arms Regulations (ITAR) is required.
It is requested that no classified data be provided. If respondent believes a complete response would
require classified information submission, please notify the Government POC immediately so that
proper actions by the Government and Contractor can be coordinated. Responses shall include one
concept per submittal, but multiple submittals are permitted
To aid the Government and permit assistance from Government contractor support service personnel,
please do not submit any information marked proprietary. If respondent believes that a complete
response would require proprietary information submission, please notify the Government POC
immediately.
Questions about this announcement shall be submitted to the following Government POC:
NAVAIR Patuxent River Contracts
Attn: Ms. Amie Blade, Code 2.4.3.5.2
amorena.blade@navy.mil
301-342-7952
Responses should include the RFI Solicitation Number and Title, be properly packaged and submitted to
the following address:
Unmanned Carrier Aviation (PMA-268)
Attn: Dr. Michael G. Block
michael.g.block@navy.mil
301-342-0089
Naval Air Station Patuxent River
48110 Shaw Road
Bldg. 2187, 3190D1
Patuxent River, MD 20670-1547
4. As stated above, this is NOT a request for Proposal. THIS RFI IS NOT TO BE CONSTRUED AS A
COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION
SOLICITED OR PROVIDED.
SUMMARY
This announcement constitutes a RFI led by PMA-268. This is NOT a Request for Proposals. NO
SOLICITATION DOCUMENTS EXIST AT THIS TIME.