Unmanned Aircraft System

expired opportunity(Expired)
From: Federal Government(Federal)
FA2487-23-R-A004

Basic Details

started - 08 Dec, 2022 (16 months ago)

Start Date

08 Dec, 2022 (16 months ago)
due - 03 Jan, 2023 (15 months ago)

Due Date

03 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
FA2487-23-R-A004

Identifier

FA2487-23-R-A004
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE AIR FORCE (60365)AFMC (17422)AIR FORCE TEST CENTER (3205)FA2487 AFTC PZIE (12)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are familiar with providing an Unmanned Aircraft System (UAS) with the following capabilities:1. Aircraft:a. Autonomous Vertical Takeoff and Landing (VTOL) operations in up to a 25 kt wind.b. Carry a 25 lb payload including a 9 lb TASE 400E gimbal for a minimum of 6 hours.c. Airspeed range of 45 – 75 kts.d. Operational ceiling of 12,000 feet (threshold), 18,000 feet (objective).e. Sealed fuselage for marine environment capable of 1⁄4 inch per hour of rain (threshold). 1⁄2 inch per hour (objective). f. Precision VTOL landing system capable of landing on a
30ft x 30ft pad. g. FAA Collision Avoidance Lighting.h. Integrated Mode S ADS-B transponder. i. Modular payload bay which supports interchangeable payloads with a common aircraft interface for power and data.j. Dual heavy fuel engines with the capability to sustain flight if one engine fails. (objective) k. Provide payload power of 350 Watts @ 28 VDC (threshold), 800 Watts @ 28VDC (objective).l. Operate on a Cloud Cap Piccolo or Pixhawk Blue Cube autopilot. m. Integration of a GFE Silvus 4400 long range mesh network radio with 256-bit encryption for payload and Command & Control link. n. Easy assembly/disassembly for transportation.o. Integration of Satellite Communication (SatCom) radio as a secondary Command and Control link.p. Operate in GPS denied environment (objective). 2. Ground Control Station (GCS):a. Dual link Ground Control Station with GFE Silvus 4400 long range mesh network radio with 256-bit encryption and SatCom radiob. High gain tracking antenna system.c. Dual CPU computer/laptop & 3 HD computer monitors.d. TCP/IP Network connection.e. Integrated battery backup with 30 minutes minimum power.f. Standard 19” rack mount compliant with portable case.Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government’s discretion. The NAICS Code assigned to this acquisition is 336411 - Aircraft Manufacturing, with a size standard of 1,500 Employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government’s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages. Responses may be submitted electronically to the following e-mail address: nicholas.griswold.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA2487-23-R-A004-UAS Sources Sought.” If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in sam.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.Provide all questions concerning this requirement to Nick Griswold at nicholas.griswold.2@us.af.mil no later than Dec 9, 2022. Please submit your respnses to this sources sought to Nick Griswold at nicholas.griswold.2@us.af.mil no later than Jan 3, 2023 11:00AM CST.

Location

Country : USA

You may also like

UNMANNED AIRCRAFT DETECTION SERVICES

Due: 30 Sep, 2025 (in 17 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification