SOURCES SOUGHT
15 -- Unpiloted Aircraft System (UAS) Hyperspectral, LiDAR, and thermal camera
- Notice Date
- 5/29/2024 1:36:38 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B24SS0034
- Response Due
- 6/5/2024 4:00:00 PM
- Archive Date
- 06/20/2024
- Point of Contact
- Robert Skipper, Phone: 5105596351, Michael Hassett, Phone: 5102925186
- E-Mail Address
-
robert.skipper@usda.gov, michael.hassett@usda.gov
(robert.skipper@usda.gov, michael.hassett@usda.gov)
- Description
- Type of Notice: Sources Sought Title: (Source Sought # 12905B24SS0034) � Sources Sought for Unpiloted Aircraft System (UAS) Description: This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 336411. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources (including large business); Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. � The objective is to obtain a contractor who is experienced with an Unpiloted Aircraft Systems (UAS) that has a Hyperspectral, LiDAR, and thermal camera payload and synchronistic capabilities.� The UAS integrates this hyperspectral camera with high-resolution LiDAR and thermal imaging capabilities within a single flight operation.� Rugged high-performance ground-based station configuration computer and fully integrated onboard dual IMU system (GPS unit) Drone must be on the approved list found here: https://www.diu.mil/blue-uas-cleared-list Salient characteristics and specs include, but limited to: UAS with Design integration to carry the following cameras: Hyperspectral, LiDAR, and Thermal cameras (see specifics on each camera below). Carrying capacity of at least 20kg. Turnkey system that does not require external tools to assemble. Ability to conduct missions upwards of 20 minutes with all sensors collecting data simultaneously on one flight. Fully integrated Hyperspectral camera with: spectral range of 400-2500 nm. FOV of 20 degrees At least 490 combined spectral bands. At least 620 combined spatial pixels Smile and keystone <10% of a pixel. Passive vibration damping platform. Fully integrated radiometric thermal camera with: IR Camera Resolution: 640 x 512 pixels, 19mm Lens, Spectral band: LWIR 7.5 ?m � 13.5 ?m Weight no more than 4oz Radiometric accuracy +- 5 degrees Celsius or less. Operating temperature range: -20 degrees C to +50 degrees C Full Frame Rate: 9 Hz Fully integrated LiDAR camera with: Channels: 32 Measurement Range: 200 m Range Accuracy at 100m AGL: 15cm in Z Rotation Rate: 5 Hz to 20 Hz Angular Resolution: 0.1 to 0.4 degrees Vertical Field of View: 40 degrees (-25 to +15 degrees) Horizontal Field of View: 360 degrees The Government anticipates a Firm Fixed Price supply contract.� The anticipated award is October 13, 2024 The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: 1)� Acknowledgement that they are able to provide the subject supplies/services being requested; 2) Interested vendors should identify their size standards in accordance with the Small Business Administration; 3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.; 4) Any other information considered relevant to this requirement; and 5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received. All responses to this Sources Sought Notice must be received by the notice�s POC Robert Skipper Robert.skipper@usda.gov and Michael Hassett Michael.hassett@usda.gov by 04:00 PM PT, June 5, 2024 in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/249d8a39e6394a07b4e8f45e6f190926/view)
- Place of Performance
- Address: Davis, CA 95616, USA
- Zip Code: 95616
- Country: USA
- Zip Code: 95616
- Record
- SN07080168-F 20240531/240529230100 (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 |