Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2008 FBO #2335
SOURCES SOUGHT

23 -- Badgers Condors & Otters IDIQ

Notice Date
4/16/2008
 
Notice Type
Sources Sought
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex, Suite 310, Bolling AFB, District of Columbia, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
badgerscondorsotters08
 
Point of Contact
Charlotte L Rose,, Phone: 202-767-7938, Kamesha R Walker,, Phone: 202-767-7934
 
E-Mail Address
charlotte.rose@bolling.af.mil, kamesha.walker.ctr@afncr.af.mil
 
Description
This is a Request for Information (RFI) only. This RFI shall not be construed as a formal solicitation or an obligation on the part of the government to acquire any product or services. It does not guarantee a subsequent solicitation will be issued. Submission of any information in response to this RFI is completely voluntary, and costs associated with any submission shall not be reimbursed by the Government. The information requested will be used by the Air Force District of Washington, Acquisition Division AFDW/A7K to facilitate decision making. Description DOD has a requirement to develop TTPs/ Weapons Effects to find, fix, track and engage high speed moving targets (JOUNS/COMCENTCOM/ACC), unmanned tactical and medium altitude UAVs (JOUNS/CENTCOM/EUCOM/PACOM) and surface craft (PACOM/NORTHCOM) using unmanned target systems to simulate high speed moving target in the air, land and sea. Unmanned Ground Target (UGT) requirements: CLIN 0001 The contractor shall provide 3 types of UGTs that meets the following minimum characteristics: •1) UGT 1 •a. Optionally remote (ground target can still be manually driven) •b. Capable of operating in conditions similar to conditions in the operational theater. (dirt roads, rough terrain) •c. Remote Start, shift, steer, brake accelerate, and camera. •d. Built in emergency shutdown procedures •e. Down linkable video transmitter •f. Capable of operations between 60 and 70 mph (terrain permitting) •2) UGT 2 •a. Optionally remote (ground target can still be manually driven) •b. Capable of operating in conditions similar to conditions in the operational theater. (dirt roads, rough terrain) •c. Remote Start, shift, steer, brake accelerate, and camera. •d. Built in emergency shutdown procedures •e. Down linkable video •f. Capable of operations between 60 and 70 mph (terrain permitting) •g. With GPS coordinate •h. Updates video data to include speed and location •3) UGT 3 •a. Optionally remote (ground target can still be manually driven) •b. Capable of operating in conditions similar to conditions in the operational theater. (dirt roads, rough terrain) •c. Remote Start, shift, steer, brake accelerate, and camera. •d. Built in emergency shutdown procedures •e. Down linkable video •f. Capable of operations between 60 and 70 mph (terrain permitting) •g. With GPS coordinate •h. Updates video data to include speed and location •i. OPTIONS: include color, make, model, year, 4 wheel drive Unmanned Aerial Target (UAT) requirements: CLIN 0002 The contractor shall provide UATs that meets the following minimum characteristics. Three versions will be available to include low, medium, and high altitude targets/trainers: •1) UAT 1 Low Altitude Rotor wing •a. Fully Autonomous •b. Gimbaled and Stabilized resolution (480 TV Lines) •c. Color Camera •d. 10x optical zoom •e. Optional gimbaled and stabilized IR camera •f. Speeds range from 0-60 mph •g. Range up to 30 miles •h. Auto Hover, take off and auto precision landing •i. ROVER compatible •j. Capable of roof landing •k. 60 min flight time •2) UAT 2 Low Altitude Fixed wing •a. Fully Autonomous •b. Gimbaled and Stabilized resolution (480 TV Lines) •c. Color Camera •d. 10x optical zoom •e. Optional gimbaled and stabilized IR camera •f. Speeds range from 0-60 mph •g. Range up to 30 miles •h. ROVER compatible •i. 60 min flight time •3) UAT 3 Medium altitude Fixed wing •a. Fully Autonomous •b. Gimbaled and Stabilized resolution (480 TV Lines) •c. Color Camera •d. 10x optical zoom •e. Optional gimbaled and stabilized IR camera •f. Speeds range from 0-60 mph •g. Range up to 30 miles •h. ROVER compatible •i. 120 min flight time •4) UAT 4 High altitude Fixed wing •a. Fully Autonomous •b. Gimbaled and Stabilized resolution (480 TV Lines) •c. Color Camera •d. 10x optical zoom •e. Optional gimbaled and stabilized IR camera •f. Speeds range from 0-60 mph •g. Range up to 30 miles •h. ROVER compatible •i. 240 min flight time Unmanned Surface Target (UST) requirements: CLIN 0003 The contractor shall provide USTs that meets the following minimum characteristics: 1) Optionally remote (surface target can still be manually driven) 2) Capable of operating in conditions similar to conditions in the operational theater. (Water and sea state) 3) Remote Start, drive, steer, accelerate, and camera. 4) Built in emergency shutdown procedures 5) Down linkable video Ground Control Station (GCS) CLIN 0004 The contractor shall supply operators and ground control systems for UGTs, UATs, USTs. Each unit requires a GCS to operate. GCS may be moved to different locations and used for multiple targets. Each GCS shall meet the following minimum characteristics: •1) UGT GCS •a. UGT GCS comes with numerous components that can be purchased separately • i. Video Receiver •1. Multi band hand held Viewer •2. Single band Integrated system • ii. Control transmitter • iii. Repeater system (receiver/transmitter) •2) UAT GCS •a. UGT GCS comes with numerous components that can be purchased separately • i. Video Receiver • ii. Control transmitter •3) UST GSC •a. UGT GCS comes with numerous components that can be purchased separately • i. Video Receiver • ii. Control transmitter • iii. Repeater system (receiver/transmitter) • iv. Airborne GCS using a fixed/rotor wing aircraft Training and Operations Support CLIN 0005 The contractor shall training for operators and ground control systems for the following equipment; •1) UGT GCS •a. Four hours of operator/training per unit included with the price (travel and per diem will be charged at current rate) •b. Transportation of targets will be at government expense •c. Ground Control Station sold separately. Price based on customer's requirements (terrain, distance, controls) •2) UAT •a. Training parts kit and ground control station included •3) UST •a. Comes with four hours of operator/training per unit included with the price(travel and per diem will be charged at current rate) •b. Transportation of targets will be at Government expense Ground Control Station sold separately. Price based on customer's requirements (terrain, distance, controls) Travel and Transport CLIN 006 The contractor shall have the ability to Travel to operational locations to provide training/operations; •4) Travel •a. In accordance with FAR 31.205-46 travel costs to be reimbursed at rates not to exceed the maximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. UGT GCS comes with numerous components that can be purchased separately •5) Transportation of Equipment •a. Due to the multiple areas of delivery and equipment transportation will be IAW local rates Request for Information responses shall be submitted in 3-ring binders on 8x11-inch paper, double-spaced. Except for reproduced sections of the solicitation document, text shall be no smaller than 12 point. Tables and figures may be single spaced. Margins on all four sides of each sheet will be at least one inch. All pages shall be printed on one side only. Special consideration will not be given for colors, pictures or unnecessary graphics. Audio and Video recordings, or any other electronic media (ie: CD, tape) will not be accepted. Capabilities shall be submitted as follows: (a) Interested parties shall submit one (1) original response to the RFI, satisfying each part of this requirement, not exceeding 30 pages. (b) Responses shall be mailed to the attention of Kamesha Walker and Charlotte Rose, AFDW/A7KH, 2822 Doherty Drive SW, Bldg 94, Suite 310, Naval Station Anacostia Annex, Washington DC 20373. No electronic responses shall be accepted. All questions or clarification requests shall be submitted by email to Kamesha Walker, Kamesha.Walker.ctr@afncr.af.mil or Charlotte.Rose@bolling.af.mil and shall be received no later than 12:00pm, EST on 6 May 2008. Responses to questions received after that date/time may not be addressed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4de5bddf70e39fc1b1cb45fd52929e5a&tab=core&_cview=1)
 
Place of Performance
Address: Various location within the United States of America, United States
 
Record
SN01555410-W 20080418/080416220631-4de5bddf70e39fc1b1cb45fd52929e5a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.