SPECIAL NOTICE
99 -- SkyRaider Double Kit
- Notice Date
- 4/27/2020 3:02:55 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF00656161
- Response Due
- 4/30/2020 2:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Robyn D. Wells
- E-Mail Address
-
Robyn.D.Wells@usace.army.mil
(Robyn.D.Wells@usace.army.mil)
- Description
- USACE, Engineer Research and Development Center (ERDC) Contracting Office intends to issue a sole source award to ICX Technologies, 7055 Troy Hill Drive, Suite 300, Elkridge, MD 21075-7045, to purchase a SkyRaider Double Kit and associated payload and training to support its mission to observe, measure, and characterize the nearshore environment for the Coastal and Hydraulics Laboratory (CHL).� The R80D SkyRaider has been designed for DOD operation. �This UAS will provide CHL with the capability to develop advanced payloads to observe and characterize the nearshore environment. The SkyRaider has expanded carrying capacity that allows for all the instrumentation that enhances the potential to mold it to CHL�s needs. �It also has the capability for multiple platforms to switch out with each other during a mission in real time, thereby allowing extended viewing beyond one flight. The ability to operate in winds up to 40 mph sustained/55 mph gusting is also extremely useful in the coastal environment. �The SkyRaider also can tolerate some levels of moisture (often present in the coastal environment). Mostly, it has significant onboard computing power in the form of 2 NVIDIA TX2 processors that allow for better utilization for CHL data collection goals. The open architecture shows that this platform has been developed for applications beyond the limits of its current payloads. This flexibility will allow better development of custom payloads developed by ERDC in the near future, including better coordination among multiple cameras and positional data. �ICX Technologies also offers on-site training to ensure proper operation of the aircraft. These capabilities are not currently available on any of the previous systems deployed by the CHL team. �Key specifications include: � Endurance: 30 - 45 mins Payload: HDZoom 30 EO or EO/IR 19mm and integration with future payloads Supplemental ISR: Forward EO/IR Wind Tolerance: 40 mph sustained, 55 mph gusting Tolerance of some levels of moisture/precipitation Frequency Configuration: including 900 MHz, 5.8 GHz Encryption: AES 256 (military grade encryption) Onboard processing: 2 NVIDIA TX2 processors Ability to integrate various developmental payloads Training Therefore the acquisition must include: SkyRaider Double Kit that includes: 2 Aircraft Bodies (915 MHz communications), 4 arms with 18.5 CCW props, 4 arms with 18.5 CCW props, 8 legs (4 with antennas), 1 base station at 915 MHz, 2 spare base station antenna kits, 2 battery chargers and 1 battery diverter, 8 batteries, 2 forward EO/IR payloads, 1 Osprey Kit, 1 Panasonic FZ-G1 tablet kit with mission control software, 1 mission case, supporting documents, and technical Support On-site training for CHL staff for use of the new product Additional Accessories EO/IR 19 mm payload Base Station Tripod Joystick Controller HDZoom30 Payload Propeller Replacement Kit Payload Case 2 Spare Arm Kits Delivery to Duck, NC Warranty and Maintenance The vendor shall provide warranty of at least one year that covers parts and malfunctions due to manufacturing errors. The vendor will provide assistance regarding any troubleshooting with the products. All products must be delivered as soon as possible, within 180 days after contract award.� This Notice of Intent is for information purposes only. The Government intends to procure from only one source under the authority of FAR 13.106-1(b)(1)(i). This is not a request for competitive quotes or proposals and no solicitation is available. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 1,250 employees. All sources eligible to provide this service must respond in writing. Responses must be supported with clear and convincing evidence to clearly articulate the ability to provide the requirement as outlined above. The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.� A request for documentation will not be considered as an affirmative response. If no responses are received within three (3) calendar days after publication of this notice, to the effect that comparable services are available, and that it is more advantageous to the Government than obtaining this product through a sole source contract, then a sole source acquisition award will be made. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Oral communications are not acceptable in response to this notice. Interested parties may submit their capabilities statement for consideration by the Government to Robyn.D.Wells@usace.army.mil. The solicitation number shall be included in the subject line of the e-mail submission. Responses must be received no later than Thursday, April 30, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7b248ffbef014efcb915970c2115656b/view)
- Place of Performance
- Address: Kitty Hawk, NC 27949, USA
- Zip Code: 27949
- Country: USA
- Zip Code: 27949
- Record
- SN05636587-F 20200429/200427230144 (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 |