Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
MODIFICATION

99 -- Small Unmanned Aerial Systems (sUAS) Kit

Notice Date
1/31/2018
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-18-R-5006
 
Archive Date
2/22/2018
 
Point of Contact
Amber A. Taylor, Phone: 9377130578
 
E-Mail Address
amber.taylor.9@us.af.mil
(amber.taylor.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The response due date for this notice has been extended. See Section 11 below. 1. This RFI is issued for informational purposes and market research only, and does not constitute a solicitation. The Government will NOT reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. 2. The Air Force Life Cycle Management Center (AFLCMC), Battlefield Airmen Branch (WISN), Wright-Patterson AFB,OH, is conducting market research to identify potential sources that may be capable of providing a small unmanned aerial systems (sUAS) kit (i.e. comprised of the fixed-wing aircraft and the required sub-system parts). The Air force Special Operations Command (AFSOC) has a requirement to assess sUAS aerial land survey mission capability, compatibility and maturity. 3. The required capabilities and features of a kitted solution include: I. Aircraft/Payload: a. Fixed-wing aircraft that can be hand-launched and continue an autonomous flight to the end of the mission, to include aircraft landing. No catapult launches. b. Aircraft weight three (3) pounds or less. c. Aircraft wingspan 115cm or less, and wing(s) detachable to reduce bulkiness within a transport case for ease of hand-carrying by operators. d. Aircraft cruising speed between 25-70 miles per hour with a minimum total flight time of 50 minutes. e. Sensor payload designed for photogrammetric drone mapping with ground sampling distance at 1.5cm per pixel or less. f. Sensor payload capable of capturing aerial red, green, blue (RGB) images (at least 20 megapixels) across a range of light conditions to produce detailed 3D orthomosaic and highly precise digital surface models. g. Sensor payload shall have dust and shock protection. h. Nominal coverage of sensor on aircraft at 120 meters should be.85 square miles at an altitude of 400 square feet. II. Sub-systems/Spares: a. Spare parts shall include, but not be limited to: battery, spare wing set, spare charger, and spare propeller. b. Portable computer work station(s) (i.e. laptop) for data processing to support mission planning. c. Pocket links and tags for identifying global positioning system (GPS) location. d. End user device(s) (e.g. tablet(s)) integrated into the aircraft for GPS tracking accuracy. III. Hardware/Software: a. Flight control software, automatic 3D flight planning, image processing software (similar to Pix4D and Global Mapper) are required for operation and post processing of data. b. Mission planning software with a mission block flight planning tool, multi-flight missions (swap the UAS battery and re-launch to continue the same mission), and built-in flight data manager for geo-referencing and preparation of images required for photogrammetric processing. c. Authentication and encryption capabilities of data/imagery communications between the aircraft and end user device(s) are highly desired. d. Data-at-Rest encryption capabilities for non-volatile data storage is highly desired. e. The usage of National Information Assurance Partnership (NIAP) and Department of Defense (DOD) Information Network Approved Products List (APL) products for commercial hardware and software is highly desired. f. Built-in Real Time Kinematic (RTK)/Post Processed Kinematic (PPK) functionality with absolute accuracy down to 3cm that can be activated out of the box, or later when required. IV. Service/Support: a. Twelve-month service and support plan to include mission planning support, tactical employment, post processing, product development, aircraft maintenance, and replacement of expendable parts such as batteries, wings, and propeller. V. Training: a. Training on flight operation and pre/post-mission software to be provided to Government Operators and Training Manager. VI. Encasement: a. Kit enclosed in ruggedized case(s) for ease of hand-carrying by 1-2 operators. 4. Interested potential offerors are encouraged to respond to this notice. Responses must directly demonstrate the company's capability to meet or exceed the above-listed requirements. Recent, relevant experience should also be provided. Teaming and/or subcontracting arrangements should be clearly delineated. 5. Respondents shall provide the following information in their responses: Name: Address: Point of Contact (to include phone number and email address) CAGE Code: Web Page URL: State whether the company is: Other than small business, small business, small disadvantaged woman-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone) pursuant to NAICS code 541370 "Surveying and Mapping Services."* *Note: NAICS subject to change if a more suitable classification is determined. State whether the company domestically or foreign-owned (if foreign, please indicate the county of ownership). 6. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. 7. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. 8. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). 9. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. 10. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM 11. Responses are due by 12:00 Noon Eastern time on 7 February 2018 via email to: Amber Taylor AFLCMC/WISK Contracting Officer Amber.taylor.9@us.af.mil 12. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement. For more information on this RFI, please contact the point of contact identified above. E-mail communication is preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-18-R-5006/listing.html)
 
Place of Performance
Address: TBD, Florida, United States
 
Record
SN04805966-W 20180202/180131231618-f39b51ab156cb647ebb6db8916db2c53 (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.