Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

A -- Wide Area Aerial Surveillance System (WAASS)

Notice Date
12/15/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RSBR-12-00016
 
Point of Contact
Carolyn A. Smith, Phone: 202-254-6843
 
E-Mail Address
carolyn.a.smith1@dhs.gov
(carolyn.a.smith1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR PROPOSAL (RFP) DOCUMENT. THE SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. PROPOSALS ARE NOT SOLICITED OR ACCEPTED AT THIS TIME. The Department of Homeland Security intends to make 2-3 firm-fixed price contract awards to contractors that will demonstrate their Wide Area Aerial Surveillance System (WAASS), in an operational environment. The contractors will demonstrate their airborne WAASS capability in a land-border environment to be determined by DHS S&T, via flight testing. The emphasis of this program initiative is on technical performance in an operational environment. Specific threshold and objective requirements will be provided in the RFP. The system demonstrated shall fit within the size, weight and power parameters of a CBP Lockheed Orion P-3 aircraft or a General Atomics Predator B Unmanned Aerial System aircraft. The contractor will be required to provide a technical description that presents existing or expected performance characteristics/capabilities for key components of the technology to be flown that will be responsive to the requirements in the resultant RFP. The contractor will be required to submit proof of insurance in response to the request for proposal. The insurance requirements are as follows: FAR 28.307-2(d), " Aircraft public and passenger liability....Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater." The primary objective of WAASS is to provide persistent, long-term surveillance over urban and rural terrain at least the size of 16 km2. The surveillance system shall have an electro-optical capability for daylight missions but can have an infrared capability for day or night operations. The sensor shall integrate with an airborne platform for data gathering. The imagery data shall be displayed at a DHS operations center and have the capability for forensic analysis within 36 hours of the flight. The applicable North American Industry Classification System (NAICS) code is 541712 with a size standard of 500 employees. It is anticipated that the draft solicitation will be issued electronically on the Federal Business Opportunities (FBO) website, http://www.fedbizopps.gov, on or about January 9, 2012. THIS IS A FULL AND OPEN, UNRESTRICTED PROCUREMENT. Following review of vendor comments, the Government intends to issue the Request for Proposal on or about January 23, 2012 on the FBO website. Paper copies of the draft solicitation or final request for proposal will not be available. The Government intends to use FAR Part 15 procedures for this competition. Award will be made on the basis of best value to the Government. The place of performance shall be the contractor's facilities and a land-border environment to be determined by DHS S&T.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RSBR-12-00016/listing.html)
 
Place of Performance
Address: The place of performance shall be the contractor's facilities and a land-border environment to be determined by DHS S&T., United States
 
Record
SN02640176-W 20111217/111215234720-4728e3518835417a9e54ca8bfe091839 (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.