Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SPECIAL NOTICE

12 -- Request for Information (RFI) - Weapon Autonomy Applications for Helicopter (WAAH) Small Unmanned Aerial System Battle Damage Assessment

Notice Date
6/26/2025 12:19:52 PM
 
Notice Type
Special Notice
 
NAICS
333310 —
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425SNB70
 
Response Due
7/17/2025 11:00:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Kristina Wagoner
 
E-Mail Address
kristina.m.wagoner.civ@us.navy.mil
(kristina.m.wagoner.civ@us.navy.mil)
 
Description
N0016425SNB70 Request for Information (RFI) - Weapon Autonomy Applications for Helicopter (WAAH) Small Unmanned Aerial System Battle Damage Assessment. FSC � 1230 � NAICS 333310 Issue Date: 26 June 2025 - Closing Date: 17 July 2025 � Time Eastern 2:00 PM EST. The Naval Surface Warfare Center (NSWC), Crane, IN is issuing this Request for Information as part of market research in accordance with FAR 15.201(e) and FAR Part 10 to be used for preliminary planning purposes. This RFI is searching for Battle Damage Assessment (BDA) approaches and/or products. Of special interest is approaches that would work with Class 1 and Class 2 sized small Unmanned Aerial System (sUAS) targets. Additionally, there is an interest if BDA has been or could be performed in a multiple object scenario such as swarms. Ideally, the solutions would be capable of detecting when a UAS is incapacitated and provide a mechanism to inform a control system to move to the next target. Potential sensor types of interest are Middle Wave Infrared (MWIR), Long Wave Infrared (LWIR), and Red Green Blue (RGB). All interested parties are encouraged to submit company and product literature, a white paper no longer than five pages, and/or other pertinent information. Responses should include a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary cost estimate, production units, production quantity breaks and a lead-time of the solution. If necessary, responses should identify other Government contracts with similar efforts for Government consideration. Responses to this RFI shall include the following: Submitter�s Name Mailing Address (Street Address, City, State, Zip Code) Business Size and Category (large, Small, Small & Disadvantaged, etc) Website Address (if applicable) DUNS number (if applicable) Cage Code Government Representative(s) Point of Contact (POC) POC Telephone and Email Address Announcement Number Responses shall be submitted in the following format: Electronic format (Adobe PDF or Microsoft Word) Not exceeding Five Pages in Length In 11 or 12 pt Time New Roman Font with Normal (Condensed) Spacing Margines of 1� or Greater All sides Submitted via email or DOD Safe Please include an overview of existing Battle Damage Assessment Capabilities including a general basis (algorithms and approach) as well as what targets, environments, etc, for which they have been designed and/or tested Please include the type of sensor data (IR, SWIR, video, radar, etc) currently used. Please include an overview of any information about the ability to perform assessment in difficult and obscured environments. Please include how you think your Battle Damage Assessment Capabilities are applicable to swarm UAS operations Please include if you have a labeled training dataset suitable for use and/or what type of dataset you need Please include information on any pre-processing of sensor data required by your Battle Damage Assessment Approach, along with any algorithms used for that purpose Please include information on if/how information could be presented to a supervising human or control system Please include information on if/how the system can be deployed in a network of BDA-capable nodes and if/how conflicting reports will be resolved. At the current time, NO FUNDING IS AVAIBLE for contractual efforts. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. THIS IS NOT A SOLITICATION FOR COST PROPOSALS and NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. Any costs incurred by a Contractor responding to this RFI is not reimbursable by the Government. Information may be submitted to the NSWC Crane Contracting POC any time prior to the expiration of this announcement. The POC for this effort is Kristina Wagoner, Email: Kristina.m.wagoner.civ@us.navy.mil. The mailing address is NAVSURFWARCENDIV Crane, Attn: Ms. Kristina Wagoner Code 0232, BLDG 3373, Room 223, 300 Highway 361 Crane, IN 47522-5001. It is preferred that information be submitted electronically to Kristina.m.wagoner.civ@us.navy.mil. Reference N00164-25-S-NB70 in the subject line of emails. Submissions in response to this RFI shall be submitted to the NSWC Crane Contracting POC by 2:00PM Eastern Time 17 July 2025. Responses received after 17 July 2025 may not be considered in the Government�s market research. If any part of the submittal is classified, please contact the NSWC Crane Contracting POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. The Government will NOT be responsible for any proprietary information not clearly marked. The Government shall not be required to return any submitted material. Reference announcement number N00164-25-S-NB70 in all correspondence and communication.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70cfa79128a544c18c0723e904de0399/view)
 
Record
SN07489977-F 20250628/250626230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.