SOLICITATION NOTICE
16 -- UAV Autopilot
- Notice Date
- 9/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9300-10-R-5055
- Archive Date
- 9/21/2010
- Point of Contact
- Mary Ann Y. Canales, Phone: 6612779522, Charles L. Pate, Phone: 6612779568
- E-Mail Address
-
maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil
(maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Open Competition - Combined Synopsis/Solicitation - FA9300-10-R-5055 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARs Change Notice (DCN) 20100908. NAICS is 334511 with a small business size standard of 750 employees. Solicitation is for a commercial purchase of (2) Autopilot Systems for an Unmanned Aircraft Vehicle (UAV) and accessories. This acquisition is a 100% small business set-aside. AFFTC/PKTB, Edwards Air Force Base, CA is seeking potential sources capable of providing the following items: Two (2) MP2128LRC UAV which includes: Airframe, MP2128LRC Autopilot, Starter Kit, and AGL (Ultrasonic Altimeter) and Two (2) LRC Base single long range 2.4 GHz Radio Modem. REQUIREMENTS: UNMANNED AERIAL VEHICLE UNITS WITH THE FOLLOWING SALIENT REQUIRMENTS: Shall include: airframe, propulsion system, and autopilot with full groundside and airside control. These components shall meet the following minimum specifications: Air Frame Specifications: o Fixed wingspan 69", wing area 793 sq inches, o weight 6.5 pounds o 0.40 cubic inch, 1 HP, 2 cycle glow engine o Autopilot installed and pre-programmed o Cargo space approximately 70 cubic inches, ~3.5" x 7.5" x 3", max payload 2 pounds o 8 ounce fuel capacity for 10 to 20 minute duration o 5 channel 72 MHz FM transmitter / receiver RC link o Unit ships in a 13" x 8" x 53" box o 2.4GHz Datalink. o Ultrasonic AGL altimeter for autonomous takeoff and landing. o Accommodates a variety of payload options including camera capability. Autopilot Package: o Weight 28 grams including GPS receiver o Length 10 centimeters o Width 4 centimeters o Height 1.5 centimeters o Power consumption 140 mA, 6.5 V o Supply voltage 4.2 - 26 V o Servo resolution 11 bits o Servo update rate 50 Hz o 1Hz GPS update rate o Airspeed max speed 500 kph o Altimeter, max altitude 12,000 m o 2G, 3 axis accelerometers o 3-axis gryo, o max angular rate 150 degrees per sec o 100 Telemetry user defined fields transmitted @ 1 Hz o Telemetry update rate 5 Hz o Onboard data logging capacity 1.5 MB o Data logging update rate 5 Hz o 16 user defined video overlays o 16 user definable PID feedback loops o 8 user definable table lookup functions o Altitude hold, airspeed hold and GPS waypoint navigation o 1,000 programmable waypoints or commands o Fully integrated - all sensors required for complete airframe stabilization are integrated into a single circuit board o Controls up to 24 servos or relays o Complete autonomous operation from launch to recovery o Autonomous launch methods include runway takeoff, hand launch, bungee launch, and catapult launch o Autonomous recovery methods include runway landing, parachute recovery and deep stall landing o Supports manually directed and autonomous flight modes as well as an integrated RC override o Supports flaps, flaperons, elevons, v-tail, x-tail, split rudders, split ailerons and flap/aileron mixing o Extensive user programmable feedback gains and flight o Extensive data log capability simplifies post flight diagnostics and analysis o Integrated POST ensures reliability and repeatability o Low battery warning: both on the ground and in flight o User programmable error handlers for: loss of GPS signal, loss of RC signal, engine failure, loss of datalink, and low battery voltage. o Ground control software. o Autopilot operator simulation software o ground control station developer's kit o gains can be adjusted in-flight o change waypoints in-flight o payload servos controlled from ground station o fly in RC mode via datalink (both stabilized and normal) o point and click waypoint editor o 1-watt data radio modem provides reliable communications for telemetry and GCS-originated control at a range of up to 50km o Fly-by-radio modem capability lets you manually pilot your UAV to a range of 50 km and is compatible with off-the-shelf JR and Futaba transmitters o Dual radio modem design allows for two distinct frequencies for manual control due to RF interference o Redundant microprocessors provide manual control even in the event of a complete autopilot failure o With three control modes including autopilot, manually piloted and emergency direct servo override, you can be confident that your UAV will perform in all scenarios. Automatic switch between manually piloted and emergency direct servo mode allows instant recovery o Integrating the data radio modem, ADC converters, and high current drivers into a single package dramatically simplifies your wiring harness, reducing possible failure modes o In the event of both autopilot and communications failure, a failsafe watchdog timer activates the parachute o Aviation grade connectors integrated into package Delivery: 90 DARO Place of delivery, performance, and acceptance is FOB Destination, Pomona, CA 91768. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary Ann Canales @ 661-277-9522), no later than Close of Business (COB) 14 Sep 10 at 12 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail maryann.canales@edwards.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-10-R-5055/listing.html)
- Place of Performance
- Address: Pomona, California, 91768, United States
- Zip Code: 91768
- Zip Code: 91768
- Record
- SN02282353-W 20100917/100915235535-12641cf486c12dbe7b5cef7305d1bb0d (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 |