Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

15 -- Sources Sought for Wingtra One Gen II Spare and Parts

Notice Date
5/25/2023 1:14:40 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD23R0140
 
Response Due
6/2/2023 9:00:00 AM
 
Point of Contact
Leslie Duron, Phone: 845-938-4763
 
E-Mail Address
leslie.a.duron.civ@army.mil
(leslie.a.duron.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure parts for Wingtra One Gen II drones for the Department of Geography and Environmental Engineering at the US Military Academy on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice 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 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, Aircract Manufacturing with a size standard of 1,500 employees. A need is anticipated for the Wingtra One Gen II parts (PPK Activation license for WingtraOne Gen II with the Sony RX1, Wingtra Spare Drone Gen II, RX 1 Mount): MFR:� Wingtra P/N#:� PPK-ACT-RX1-GEN2 PPK ITEM: PPK Activation license for WingtraOne Gen II with the Sony RX1 QTY: 2 each STANDARD FEATURES: Includes multi-payload activation for sony a6100 MicaSense RedEdge-MX and Altum Activates a built-in multi-freguency (l1-l2 included) PPK GNSS receiver which ensures best-in-class image geotag correction after the flight Only compatible with WingtraOne Gen II payloads MFR:� Wingtra P/N#:� WIN-EMP-GEN2 ITEM: Wingtra Spare Drone Gen II QTY: 2 each STANDARD FEATURES: 1X WingtraOne Gen II - wing only Telemetry antenna, middle stand, side stands, pitot tube, top cover, nose cover, ""spare drone"" hangtag The spare drone may not be used simultaneously with the drone it is replacing To use the spare drone, activate it under wingtra.com/register. The replaced drone will then be deactivated. Only compatible with Gen II payloads MFR:� Wingtra P/N#:� SUB-RX1MNT-GEN2 ITEM: RX 1 Mount QTY: 2 each STANDARD FEATURES: Only Compatible with WingtraOne Gen II 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 requirement 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 requirement 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, 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/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37a4e1e9452647c9a8c34612a41bc3f1/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06695539-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.