SOURCES SOUGHT
15 -- Small Lightweight Arial Vehicle
- Notice Date
- 2/25/2008
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-08-Q-0351
- Response Due
- 2/29/2008
- Archive Date
- 4/29/2008
- Point of Contact
- Susie Shupe, 703-325-2856
- E-Mail Address
-
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(susie.shupe@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is in support of market research being conducted by the CE-LCMC CECOM Acquisition Center- Washington to identify business sources (including small business programs, 8(a), HubZone, woman-owned, Veteran and/or Service Disabl ed Veteran and to encourage teaming of vendors) that are capable of providing feedback on their ability to meet our requirements to purchase one (1) each Small Lightweight Arial Vehicle. This is a Request for Information (RFI) only to solicit responses fr om interested parties who can provide the following: A Small Lightweight Arial Vehicle to perform remote reconnaissance of suspected mined areas. The system shall have a wingspan of no more than 3 feet and have a total weight, including the payload , of no more than 2.0 lbs. As the system is meant to be lightweight, it is only required to carry a maximum payload of 1.0 lb. The system shall be remote controlled and be able to be carried, setup, launched and operated by a single operator. The system must be able to provide real time, GPS referenced images and video back to a central base station. Video shall be taken using commercial visible light cameras with a minimum resolution of 440 TV lines, which shall be removable or substituted with other i magers should the need arise. The system shall also capture real-time images at a minimum resolution of 640x480 pixels. Also, the system must be able to fly autonomously performing waypoint navigation to GPS coordinates entered in by the operator ability to return to a designated point, determined by the operator, if connection with the control station is lost. The system shall be equipped with a visible beacon and provide GPS coordinates of its position at all times, in case of need for recovery . The operator must be able to assume manual control if necessary. The system shall operate at cruising altitudes of 200-700 feet above ground level and maintain flight for a minimum of 60 minutes off its onboard power. The system shall operate at a min imum range of 1 km from the operator and base station. The base station must be operated off of battery power for a minimum of 4 hours. The system must be ruggedized and able to withstand multiple crashes, with little or no damage to components. V ulnerable components must be identified and spares must be identified. The system must not contain hazardous substances or volatile chemicals. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the in formation submitted in response. Respondents will not be notified of the results of any government assessments. No awards will be issued as a result of this RFI. However, the information received through this RFI will be utilized to assist in formulating f uture requirements and an implementation strategy for our requiring activities program. A part of that strategy may include competitive procurements. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be a ccepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. Responses to this Sources Sought Notice must be s ubmitted by 3:00 PM Eastern Time on Friday, 29 February 2008 to Susie Shupe, Procurement Assistant, at susie.shupe@us.army.mil or Danny W. Lester, Contracting Officer, at danny.lester@us.army.mil.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01516159-W 20080227/080225230212 (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 |