SOURCES SOUGHT
15 -- Unmanned Aircraft System (UAS)
- Notice Date
- 3/29/2016
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
- ZIP Code
- 32925
- Solicitation Number
- FA7022-16-T-0001
- Archive Date
- 4/20/2016
- Point of Contact
- Carl J. Schneider, Phone: 3214947855, Jody G. Desormeaux, Phone: 3214940511
- E-Mail Address
-
carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil
(carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Reference Number: FA7022-16-T-0001 (UAS) Notice Type: SOURCES SOUGHT SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine any potential sources for information and planning purposes only. AMIC DET-2 OL/PKA and AFTAC are seeking information from potential sources for the purchase. 1.1 The purpose of this sources sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336411 (Aircraft Manufacturing) which has a corresponding size standard of 1,500. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Large Business or Small Business such as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that all interested parties respond to this notice if capable and to identify your business status (large or small) for the identified NAICS code. Additionally, provide a description of similar products offered to the Government or to commercial customers within the past three years. 1.2 The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this Sources Sought Synopsis are cautioned that this is not a Request for Quote (RFQ). 1.3 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this Sources Sought Synopsis. Responses to this notice will not be returned or replied to. 1.4 Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 2. PROGRAM DETAILS: 2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: Contract Number: N/A Contract Type: None Contractor and their size : N/A Method of previous acquisition: N/A 2.2 REQUIRED CAPABILITES - NEW REQUIREMENT: 3. INFORMATION REQUESTED (Please limit all submissions to 6 pages) 3.1 Company Information: Company name, mailing address, telephone number(s), point of contact name(s), e-mail address, CAGE code, DUNS Number, and Business size. For small businesses include socioeconomic status (e.g. 8(a), Hubzone, etc.). 3.2 Contract Type: Identify any contract vehicle that would be available to the Government for the procurement of these products and services, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. 3.3 Major Risks: Identify any major performance, schedule, or cost risk anticipated at this time. 3.4 Requirements: The list below lists salient characteristic requirements of the Sources Sought Synopsis. Salient Characteristics for Unmanned Aircraft System (UAS) •1.0 SCOPE •1.1 This specification describes the minimum requirements for the procurement of the required UAS. •2.0 SALIENT CHARACTERISTICS •2.1 The item offered shall be refurnished or new. Products such as a prototype unit, pre-production model, or experimental unit do not qualify as meeting the requirements specified herein. All parts subject to wear, breakage or distortion shall be accessible for adjustment, replacement, and repair. •2.2 The UAS system shall include, but not limited to the following: •2.2.1 Two UASs: •2.2.1.1 Single-person portable and operable •2.2.1.2 Carbon fiber composite repairable airframe •2.2.1.3 Bendable wings for tube storage •2.2.1.4 No assembly required prior to flight •2.2.1.5 Fully autonomous operation for takeoff, navigation, and landing •2.2.1.6 Wireless range: No less than 10 kilometer (km) Line of Sight (LOS) •2.2.1.7 Cruise speed: No less than 30 mile per hour (mph) •2.2.1.8 Endurance: No less than 30 minutes •2.2.1.9 Typical Operating altitude: 300-800 FT Above Ground Level (AGL) •2.2.1.10 Weight: Less than three (3) pounds •2.2.1.11 Support payload up to two (2) pounds with bay of 7x3x2.5 inches •2.2.1.12 Full Interoperability with Prioria Maveric Equipment/Software Suites •2.2.2 Support equipment required: •2.2.2.1.1 Ruggedized storage tube •2.2.2.1.2 Ground station suite to include rugged display, UAS controller, data acquisition system (ability to track, control, fly, see what the UAS sees, and record data from its sensors. •3.0 QUALITY ASSURANCE •3.1 Final Inspection/Customer Acceptance. The UAS system shall be inspected and accepted by the customer. Inspection and acceptance shall consist of quantity, condition, and operability. 3.5 NAICS: Identify any alternative NAICS code recommendations. 3.6 Business Size: If a small business under the identified NAICS code, indicate the approximate percentage of the requirement your firm is able to perform. If a large business, identify an appropriate percentage for small business subcontracting opportunities. 4. Submission Information: Interested sources submission must be clear, concise, complete, and be submitted via e-mail by 12:00pm (EST), on 5 April 2016. All submissions must be sent to carl.schneider.3@us.af.mil, and jody.desormeaux.1@us.af.mil. Questions regarding this Sources Sought Synopsis may be submitted in writing by email to carl.schneider.3@us.af.mil, and jody.desormeaux.1@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 4 April 2016 will be answered. 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: Air Force Installation Contracting Agency (AFICA)/KP Director 1940 Allbrook Drive, Building 1 Wright-Patterson AFB OH 45433 Phone: (937) 257-5529 Fax: (937) 656-0919 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ee12f7c6ee8f26bc8527752d7df52a86)
- Record
- SN04066052-W 20160331/160329234810-ee12f7c6ee8f26bc8527752d7df52a86 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |