SOURCES SOUGHT
58 -- Market Survey- FMS Case J1-B-UAG, Vertical Take-Off and Landing (VTOL) Unmanned Aerial Vehicle (UAV) systems
- Notice Date
- 7/11/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- MARKET-SURVEY-J1-B-UAG
- Response Due
- 7/18/2014
- Archive Date
- 9/9/2014
- Point of Contact
- Megan Grigas, (410) 278-3820
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(megan.grigas@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a market survey to locate potential sources to deliver and train Vertical Take-Off and Landing (VTOL) Unmanned Aerial Vehicle (UAV) systems for Bulgaria as required under Foreign Military Sales (FMS) case J1-B-UAG. This is a Request for Information (RFI) only. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Responses to this Source Sought are due by 1600 EST on July 18, 2014. Please submit responses to megan.c.grigas.civ@mail.mil. Subject Line must read RFI Markey Survey- FMS Case J1-B-UAG. Please identify your company's size based on the assigned primary North American Industrial Classification System (NAICS) code of 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Requirements include: The delivery quantity four (4) VTOL UAV systems that meet the requirements defined below, and a spares package, provide OCONUS training in the FMS customer country, spares to enable operation and unit level maintenance for 2 years, and provide a 2-year extended warranty. Each VTOL shall meet or exceed the following requirements: Tool-less assembly and deployment All weather operation, day/night Autonomous flight stability in wind gusts up to 90 km/hr Hover and stare capability Flight duration with payload: at least 25 minutes Flight range with payload: at least 3 km Flight Weight (without payload): Less than 10 lbs. Unless otherwise specified, must be able to meet all requirements while carrying either of the two payload options. Size: Less than 48 quote mark x 48 quote mark x 15 quote mark Flight control interface with GPS camera targeting and real-time digital video. Encrypted data network Operational flight control hardware and software must able to support four UAVs flying missions concurrently. Two payloads must be provided, as follows: Payload option 1: 10x optical zoom payload camera: weatherproof enclosure, quick connect with UAV, digital video, gimbal mounted with motion compensation of at least 100 deg./sec, range of motion of at least +/- 15 deg. Yaw, at least 90 deg. Pitch range, still images, telephoto FOV of at least 3 deg. H x 2.5 deg. V, wide angle FOV of no less than 35 deg. H x 25 deg. V. Payload option 2: Thermal imaging payload: weatherproof enclosure, quick connect with UAV, digital video with exportable frame rate of at least 7 Hz and full frame rate of at least 25 Hz, gimbal mounted with motion compensation of at least 100 deg./sec, range of motion of at least +/- 15 deg. Yaw, at least 90 deg pitch range, snapshot frame capture, scene range of at least -30 C to + 140 C, FOV of at least 25 deg H x 20 deg V, at least 640x480 pixel array (not to exceed 640x512), 20 micron pixel pitch or better, a sensitivity of less than 50 mK at f/1.0, interface control for slow video and at least 4x zoom. Environmental requirements (all components): at least -25 C to 60 C operational, and a operational flight altitude of at least 30,000 feet above sea level. If special accessories or modifications are needed to meet altitude requirements, such as high-altitude rotors, these shall be included in the vendor's offer. Training will require: The initial operator familiarity with the UAV systems is minimal. The contractor shall provide one OCONUS (Bulgaria) based Operator and Maintainer training class on the systems. All training materials may be in English, both hard copy and electronic copies. The class will not exceed twenty (20) students with a class length not to exceed one week. The Contractor shall provide step-by-step Operator training through the hands-on operation of the equipment from startup to shutdown. The Contractor shall provide all safety precautions before the student is instructed to operate the equipment to prevent injury or equipment damage.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba74c11df314e24189331f2a1ab14771)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03422930-W 20140713/140712022755-ba74c11df314e24189331f2a1ab14771 (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 |