SOURCES SOUGHT
15 -- Unmanned Aerial System
- Notice Date
- 10/18/2017
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Interior Business Center, AQDDivision 4/ Branch 1300 East Mallard DriveSuite 200BoiseID83706
- ZIP Code
- 83706
- Solicitation Number
- 140D8018R0003
- Response Due
- 10/25/2017
- Archive Date
- 11/24/2017
- Point of Contact
- IBC/AQD John Anderson/Chris Bothwell
- Small Business Set-Aside
- N/A
- Description
- The Department of the Interior's, Interior Business Center, Acquisition Services Directorate is issuing a sources sought synopsis as a means of market research to identify parties that have an interest and capability to provide commercial unmanned aircraft in accordance with the specifications as noted below on behalf of the Department of Interior Office of Aviation Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336411 Aircraft Manufacturing. Based on the market research, this requirement maybe set aside for small business under certain socio economic programs certified under this NAICS code. THERE IS NO SOLICITATION AT THIS TIME. THIS REQUEST FOR CAPABILITY INFORMATION DOES NOT CONSTITUTE A REQUEST FOR PROPOSALS; SUBMISSION OF ANY INFORMATION IN RESPONSE TO THIS MARKET SURVEY IS PURELY VOLUNTARY; THE GOVERNMENT ASSUMES NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED. Vendors are requested to complete the following questions with their submission. QUESTIONS 1. Please provide the following Point of Contact (POC) information: Company: Address: Cage Code: POC: Phone number: Email address: 2. Please identify your company's small business size standard based on the applicable North American Industrial Classification System (NAICS) code of 336411 Aircraft manufacturing. The small business size standard for this NAICS code is 1,500 employees. For more information refer to: http://www.sba.gov/content/table-small-business-size-standards. 3. Please provide details regarding any anticipated manufacturing processes, subcontracting, or other business arrangements to satisfy requirements. Interested vendors are encouraged to identify teams and indicate each team member's size status based upon the NAICS code of the work that the team member might be doing. 4. Please provide how your company will comply with the Buy American Act IAW FAR 25 or provide a brief explanation on which of exception applies. Pursuant to FAR 25.407 UAS procured from the following countries are exempt from the Buy American Act - Albania, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Egypt, Estonia, Finland, France, Georgia, Germany, Greece, Hungary, Ireland, Italy, Japan, Latvia, Lithuania, Luxembourg, Macao China, Malta, Montenegro, the Netherlands, Norway, Poland, Portugal, Romania, Slovakia, Slovenia, Spain, Sweden, Switzerland, Taiwan (Chinese Taipei), and the United Kingdom. This exception only applies if the civil aircraft proposed meets the elements of the Substantial Transformation Test as defined in the Trade Agreements Act. 5. Please provide current and former customers to whom you provided similar products/services should be identified, to include customer/company name and POC information (phone number, address and e- mail). 6. Please provide typical delivery terms or price breaks for multiple units. Questions and requests for clarification of information must be submitted to: john_anderson@ibc.doi.gov and christopher_bothwell@ibc.doi.gov, no later than 1500 MDT on 25 Oct 2017. Requests must be submitted only to the email addresses specified above. Any other forms of request for additional information will not be honored. Information provided will not be distributed outside of the Government DOI UAS team. Please mark any proprietary information appropriately. Aircraft offered in two configurations: 1) Vertical Take-off and Landing (VTOL) with RTK and Base Station 2) VTOL without RTK Payloads: Sony a6000 Sony a7R SLANTRANGE 3p MicaSense RedEdge Gimbaled FLIR Vue Pro R 640 (19mm,20Hz) Colibri EO/IR Gimbal Richo GR II Ground Control Station Computer: Dell (Rugged with i7 processor and 64 GB Ram) Flight Performance Specifications Minimum UAS Requirement Target UAS Requirement Platform weight under 25 lbs. Platform weight under 10 lbs. Flight duration of 30 minutes with max payload, standard day. Flight duration of 90 minutes with maximum payload, standard day. Service ceiling 10,500 feet density altitude. Service ceiling 17,999 feet density altitude. Maximum sustained wind speed capability of 15 knots. Maximum sustained wind speed capability of 35 knots. Minimum launch area requirement of 50 feet by 50 feet. Minimum launch area requirement of 20 feet by 20 feet. Minimum recovery area requirement of 50 feet by 50 feet. Minimum recovery area requirement of 20 feet by 20 feet. Vertical Take Off and Landing capable N/A N/A Boat launch and recovery Operating temperature range of 10110 degrees Fahrenheit. Operating temperature range of negative 40130 degrees Fahrenheit. Environmental criteria of day/night time aircraft lighting (FAR part 91 section 209) Environmental criteria of being water proof. Command and Control Specifications Minimum UAS Requirement Target UAS Requirement Communication range (RX/TX) C2 of 2 Nautical Miles. Communication range (RX/TX) C2 of 10 Nautical Miles. N/A Real Time Kinematic (RTK) GPS Transmit video up to 2 Nautical Miles Transmit video up to 10 Nautical Miles Electric N/A Uplink control frequency that is a secure digital data link at 2.4 GHz and or 5.8 GHz ISM Bands and or 900mhz, w/FIPS compliant WPA2 or 128, 192, or 256 bit AES encryption (FIPS compliant). Downlink frequency that is a secure digital data link at 2.4 GHz and or 5.8 GHz ISM Bands and or 900mhz, w/FIPS compliant WPA2 or 128, 192, or 256 bit AES encryption (FIPS compliant). Programmable Loss of Link (LOL) capability: return to launch and land now. Ground Control Station (GCS) provided and capable of importing shapefiles. N/A N/A Loss of Link (LOL): route retrace, land at a specified location. N/A Aircraft has the ability to navigate by waypoints. Aircraft can navigate by waypoints at a fixed elevation above the ground based on the terrain. Payload Specifications Minimum UAS Requirement Target UAS Requirement Configurable payload weight of 1.5 lbs. Configurable payload weight of 5 lbs. Real time video EO forward looking (independent N/A Aircraft is equipped with modular payload design with easily swappable COTS cameras or sensors. of payload) to provide UAS pilot with situational awareness during daytime, nighttime and low light missions with ability to record video stream. N/A Gimbal EO/IR payload Gimbal EO/IR payload with on-board storage Gimbal IR payload Gimbal IR payload with on-board recording. DSLR camera fixed Nadir mount. DSLR camera mounted to gimbal stabilized mount (option to be fixed at the nadir position). Provide technical specifications for payload interface. N/A Aircraft autopilot system has the ability to GPS trigger the payload based on GPS location or GPS/IMU distance for appropriate stereo coverage and image overlap at the desired stock payload configuration for photogrammetric stereo imaging. N/A N/A Capable to integrate DGPS/RTK into imagery metadata for high precision mapping missions. Provide MISB (motion imagery standards board) N/A MUXE Video for HD quality or better. The Aircraft IMU telemetry should be embedded into the video metadata.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/107e236d1414aa344f8a871899513ef7)
- Record
- SN04716461-W 20171020/171018230943-107e236d1414aa344f8a871899513ef7 (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 |