Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
MODIFICATION

15 -- Small Tactical Unmanned Aircraft System

Notice Date
5/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-17-R-AERO
 
Point of Contact
Donna Raimondi,
 
E-Mail Address
donna.m.raimondi.ctr@mail.mil
(donna.m.raimondi.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Request for Information (RFI) is to support market research to identify currently available sources that can provide a small tactical unmanned aircraft system that operates on 95 octane gasoline, diesel or JETA fuel with a minimum six (6) hour endurance capability for providing intelligence, surveillance and reconnaissance in day/night maneuvers over both land and water operations. The system should have a lightweight design; robust endurance; minimum cruise speed and operating radius 50Kts/70Km; long range missions; runway independent; swift turnaround time between day and night operations; real time full motion video-via electro-optical and infrared sensors; minimal setup and quick disassembly; reusable and rugged enough to survive hot/cold weather conditions, unimproved areas and uneven terrain situations. The North American Industry Classification System (NAICS) Code is 336411. All information received will be used only for planning purposes. This notice does not constitute an Invitation for Bids, Request for Proposals, or Request for Quotes. The Government will not award a contract based upon this notice. The Government will not reimburse respondents for any costs associated with submitted responses. Interested parties are invited to submit white paper responses. INSTRUCTIONS TO RESPONDENTS. The following information shall be included in your response. 1. Include a title page containing the following information: a. Company or organization name b. Complete mailing address c. Technical point of contact, telephone number, and email address d. Business Size Standard and NAICS Code 2. Provide responses to the following: a. Are you an authorized seller or reseller of the STUAS? b. What is your experience with manufacturing and developing small unmanned aircraft system products capable of launch and recovery in a field environment without a runway? c. Do you have an export configuration? Describe the export configuration. d. What types of fuels does the air vehicle use/operate on? e. What is the maximum airspeed, operating altitude, range and endurance of the air vehicle? f. What is the current weight of the air vehicle (empty and operating weight)? g. Describe your experience and capability with the following engineering services associated with the STUAS. Include the name of the aircraft platform associated with the services you provided. Include the name of the organization, for whom you performed these services. Provide a point of contact and telephone number for this organization. Were you the Prime or Sub-Contractor? i. Software Engineering Integration Services ii. Software Modification iii. Hardware and Software Testing iv. Systems Engineering v. Hardware Engineering vi. Configuration Management vii. Quality Management viii. Repair/Overhaul Capability h. DO NOT include data that is CLASSIFIED or limited International Traffic and Arms Regulation (ITAR). i. Proprietary information should be limited; but if necessary for your response, clearly mark such information as PROPRIETARY. j. Include a technical point of contact, phone number and email. 3. Portions of submittals may be incorporated in subsequent Government publications. Responses must clearly identify information that is proprietary. 4. The white papers will be reviewed by USG personnel and their support contractors. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any propriety submission. All information provided will be adequately protected. Material from respondent white papers, with the exception of identified propriety information, may be incorporated into future program documentation. Submitted information may be incorporated in subsequent Government publications. Respondents may submit questions and submit responses electronically, to the contracting office by email to donna.m.raimondi.ctr@mail.mil. No phone calls will be accepted. Responses should be received no later than 3:00PM, 24 May 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa9384164e21ac028ed21971868a210a)
 
Record
SN04517192-W 20170524/170522234745-fa9384164e21ac028ed21971868a210a (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.