Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

15 -- RFI sUAS (small unmanned aircraft systems)

Notice Date
5/14/2020 2:04:22 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USDA FOREST SERVICE BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
SN-2020-13
 
Response Due
5/22/2020 3:30:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Matthew D. Olson, Phone: 2083875835, Fax: 2083875384
 
E-Mail Address
matthew.olson@usda.gov
(matthew.olson@usda.gov)
 
Description
Description The purpose of this announcement is to obtain market research associated with acquisition of sUAS Fleet. Specifically, the United States Forest Service (USFS) is seeking interested vendors capable of providing sUAS for the Fire and Aviation Program that meet 14CFR Part 107 and our operational requirements as identified below. REQUEST FOR INFORMATION Acquisition of Unmanned Aerial System (sUAS) Fleet Special Notice Number: SN-2020-13 Agency: United States Department of Agriculture (USDA) Office: Forest Service Location: National Interagency Fire Center - Boise, ID RFI Issue Date: 05/14/2020 RFI Response Date: 05/22/2020 Submittal of information: The information requested by this RFI shall be provided, in writing (hard-copy or electronic), by close of business (4:30 p.m. Mountain Time) 05/22/2020 to the following address: Background The FS has implemented a process to access availability and applicability of sUAS with upgraded technology, safety attributes, with increased range, and payload. This Request-for-Information (RFI) is limited by sUAS type (Endurance, collection altitude, Max. Range, Sensor Type). � The FS will rely on various makes and models for data collection, aerial imagery, situational awareness, and reconnaissance. The FS has typed (categorized) various sUAS platforms into 4 groups (1-4). This RFI is specific to Type 4 what meets this category is listed within this RFI.� Aircraft Utilization The FS utilizes sUAS for firefighting and resource management. The primary mission for Type 4 sUAS is situational awareness, data collection and aerial imagery. Conditions in the field may place the sUAS in Mountainous terrain, Forested Areas, Remote Areas with reduced or no cellular coverage, high-density altitude areas, Hot and dry to cool and humid, performing reconnaissance missions. REQUESTED INFORMATION: Vendors/contractors who respond to this Request for Information (RFI) are requested to provide all of the following information in writing and in accordance with the directions below: Summary: The USFS is requesting information and market research on American made sUAS that fall within the guidelines of the Buy America Act. These aircraft may be used in a multitude of different resources areas and missions throughout the Agency. All aircraft specifications must meet the minimum specifications spelled out within this RFI. In the event that sUAS platforms meet the specifications, the US Government will require demonstrations, testing and evaluation to ensure that any and all aircraft meet perform at the claimed specification and meet the mission needs of the USFS. Prior to contracts and procurement, all US government sUAS will require FAA approved airworthiness inspection for platform specific aircraft that may be flown outside of the rules of Part 107. This will be completed at the Agencies discretion. Prior to all contracts and procurements, all vendors and contractors shall possess a current and valid DUNS number/SAMS registry certification prior to consideration by the Agency. Said information shall precede the date of the vendor demonstration, testing and evaluation. Aside from meeting the minimum specifications below, financially unreasonable platforms will be rejected. Mission specific platforms that do not meet the fifty percent parts made in America required in the Buy American Act can be tested, evaluated and sole sourced. COMPANY INFORMATION: Company name Company mailing address Company point of contact (name & title) Point of contact's telephone numbers Company's size standard for the NAICS information provided above PRICE INFORMATION: All interested vendors/contractors shall provide a Rough Order of Magnitude (ROM) that includes the following costs: Airframe GCS - Flight Controller Battery TECHNICAL INFORMATION: Interested vendors/contractors should provide sUAS information in the chart below on Make and Models that meet the following requirements: Flight Performance Platform Weight (with battery, exchangeable payload excluded) within: 320-1375 grams Minimum Flight Duration (max payload, sea level, temperature range:60-85 oF): 22 minutes Flight speed range (Sea level, no wind): Variable speed, minimum governing speed of 25 knots Maximum sustained wind speed resistance: 25 miles per hour Minimum Launch and Recovery Area: NA Service Ceiling (MSL): 13,000 feet density altitude Service Ceiling (minimum) above control unit or Launch/Recovery site: 1,500 feet Operational Temperature Range: 10oF or colder - 100oF or warmer Weather considerations: NA (Water resistant preferred) Operational Decibel level: NA (< or = 50 dB @ 100 ft AGL hover, preferred) Command and Control Uplink control frequency that is a secure digital data frequency hopping link at 2.4 GHz or 5.8 GHz or 900 MHz ISM Band, WPA2 or 128, 192, or 256 bit AES encryption (FIPS compliant). Downlink frequency that is a secure digital data link at 2.4 GHz and or 5.8 GHz ISM Bands and or 900 MHz, with FIPS compliant WPA2 or 128, 192, or 256 bit AES encryption (FIPS compliant). Communication range (RX/TX) C2: 2.5 miles Video Transmit Range: 2.0 miles Power Supply: Battery cell or approved Obstacle Avoidance Capable Selectable Loss of Link (LOL) actions: Return to launch (RTL), land now, and/or programmable point. GPS Capabilities: Utilize USA (GPS), Russian (GLONASS), and European (Galileo) or superior constellations simultaneously. Flight controller: Capable of manual control. Mission Planning: Aircraft flight navigation plan capable. Capability to directly yield manual flight control, terminate autonomous flight or RTL. Optical stabilization mode Flight Crew Requirement: 1 personnel maximum Payload Sensor Camera payload integral to the aircraft Camera setting: Configurable within software. First Person View (FPV) camera, High Definition (HD) video link, 720p minimum HD Electro-Optical (EO) (IR preferred, but not required) stabilized gimbal with ability to record 2K (2K=1080p=1920x1080 pixels) video and 12MP (Mega Pixels) still photo onboard. Gimbal stabilized zoom. Note: (4K is 3840x2160 pixels). Stabilized zoom: Lossless: up to 2.8x (HD) digital, Standard: up to 3x optical Interface: Serial, USB, Ethernet connections or Micro USB Camera payload produces geotagged images directly to the onboard SD card Cyber secure server hosting and data transfer over secured network Note: You may provide any other pertinent information that may contribute to efficiencies related to this RFI that will assist the Government in developing specifications for future solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50282fe67590403e95fd0f1dec38e676/view)
 
Place of Performance
Address: Boise, ID 83705, USA
Zip Code: 83705
Country: USA
 
Record
SN05658441-F 20200516/200514230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.