Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
SOURCES SOUGHT

W -- Drone in a Box Lease

Notice Date
5/25/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
 
ZIP Code
65473
 
Solicitation Number
W911S7-18-X-1200
 
Archive Date
6/15/2018
 
Point of Contact
Lisa Bergstrom,
 
E-Mail Address
lisa.m.bergstrom2.civ@mail.mil
(lisa.m.bergstrom2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to lease a fully autonomous surveillance drone on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 336411, Aircraft Manufacturing, which has a small business size standard of 1,500 employees. The Government requires the lease of "The Drone in a Box". The Drone in a Box assessment will utilize a fully autonomous surveillance drone that requires no end-user input beyond set-up. The drone is equipped with live dual streams of day/IR video, and automatically takes-off and lands on an included base station that automatically charges the anchored drone. The drone can be set to fly pre-schedules reconnaissance missions, be automatically dispatch and interrogate alarm locations (fence sensor, UGS, etc.), or be manually provided a location to fly to (flies autonomously) to monitor events as they occur (develop PID). The drone uses robotic anomaly detection and can be taught to identify differences in the environment to potentially allow operators to determine IED sites along travel routes. The drone is equipped with static obstacle avoidance to prevent crashing. Multiple drones may be used for extended or synchronous patrolling. The drone has a 2 mile operating range, a 60 mph top speed, a 30 min flight time, and batteries are fully charged in 45 minutes (80% in 20 minutes). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this lease assessment as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the lease of this equipment is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, and Lisa Bergstrom, at lisa.m.bergstrom2.civ@mail.mil if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach to acquiring the lease. Please submit responses to this sources sought notice to Lisa Bergstrom, Contracting Officer, at lisa.m.bergstrom2.civ@mail.mil by 2:00 pm CST on 31 May 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03dd483d0080db5c625505407dc6a695)
 
Record
SN04935490-W 20180527/180525230751-03dd483d0080db5c625505407dc6a695 (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 |
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.