SOURCES SOUGHT
A -- Unmanned Aerial Systems Research
- Notice Date
- 7/27/2020 11:05:35 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- 6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- UAVR-D27AUG2020
- Response Due
- 8/14/2020 11:30:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- David J. Berger, Phone: 6174943470, Fax: 6174943024
- E-Mail Address
-
david.berger@dot.gov
(david.berger@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.0 Summary The U.S. Department of Transportation (U.S. DOT), John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is conducting a global market research to identify availability of Unmanned Aerial Systems (UAS) or drones suitable to carry a minimum of 250 pounds, either a person or bulk payload, at a minimum speed of 50 mph with a sustained flight of 20 minutes. The solution may be commercially-off-the-shelf or do-it-yourself kits and/or plans for actual systems.� This Sources Sought Notice does not constitute a solicitation and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice.� 2.0 Background The dynamic and rapid advancement in UAS requires the Volpe Center to assess current UAS and drone technology and determine development trends in the next 5 years. The Volpe Center is researching various platform�s capability; performance characteristics; and safety of possible passengers and surrounding public.� 3.0 Description The Volpe Center is conducting a global market survey to determine the current and near term (within 3 years) technology for civilian UAS/drone operations capability of carrying a payload of 250 pounds or more (passenger(s), and/or payload) with a minimum cruising speed of 50mph for a minimum of 20 minutes. The UAS/drone may be of any configuration, such as fixed wing, tilt-wing, tilt-rotor, rotor, or quad/multi-engine copter; with any launching/recovery methodology, such as wheeled, skids, Vertical/Short-Take-off and landing (V/STOL). The Volpe Center is also interested in understanding the remote piloting operation and safety systems in case of communication link failure or on-board performance issues that requires the UAS/drone to immediately land safely. The Volpe Center is focusing on new to market or systems with a targeted commercial availability within the next three years. The systems may be available as a completed systems, do-it-yourself kit, or detailed plans with commercially available equipment list.� The Volpe Center is not focusing on ultra-lights, gyro-copters, or existing similar systems which require a pilot to be in the vehicle. Tested technology to adapt piloted craft to remote operation is welcome. To assist the Volpe Center in conducting this market survey and assess responses in a timely manner, the Volpe Center will review Offeror information to determine answers to the following items: General description of UAS/drone Physical dimensions and specifications Number of Engines and power requirements Number of seats (if any) Ability to be piloted on-board as well as remotely Tested maximum payload load for a sustained flight of 20 minutes at maximum cruising speed Tested minimum/maximum cruising speed of with maximum payload and with no payload Tested minimum/maximum altitudes Tested or estimated maximum range at 50mph and at maximum cruising speed Tested or estimated maximum flight time and under what operational conditions Tested performance characteristics at maximum cargo loading and at zero cargo loading, and at various in-between weights Tested performance characteristics at maximum cargo loading weight with equal balance in each longitudinal half of the cargo compartment, as well as at 85% of the cargo weight in the aft half of the cargo compartment (i.e., 15% in front half), and at all in-between weight and balances Power/fuel type; required and/or options Methodology visual information, if any, provided to the remote pilot (i.e. wide field of view camera, or 360 degrees horizontal and 180 degrees vertical rotation with in-cockpit controls and display. Cargo/passenger compartment specifications (internal or external) Methodology to deliver cargo/passengers Methodology to initiate return to origination or next location following delivery of cargo/passengers Known consumables Logistics to transport UAS/drone to/from a facility to safe operational area and amount of time and personnel to prepare for operations. Method of take-off/landing, and minimum/maximum length of surface when operating a maximum useful load capacity and when operating with maximum fuel with no passenger/cargo. Skill level to assemble/build/operate UAS/drone, tools required, estimated hours and personnel to assemble/build Technical description of the systems electrical system with rechargeable battery, to include method of charging batteries and manufacturer) Ability and method to operate autonomously (full/semi/none) along pre-loaded flight plan to destination Ability to automatically and dynamically compensate for minor, random, and continuous weight-and-balance shifts within the cargo area Ability to automatically and dynamically compensate flight path for changing environmental characteristics (e.g., winds, rain) Ability to operate in non-ideal visibility conditions (such as fog, low ceiling, dusk/dawn, night) Tracking system, if so equipped Lost Link Emergency procedure Communication system from remote pilot to UAS/drone Certification from nation civil aviation authority requirements for UAS/drone and for pilot. Software to operated UAS/drone and remote pilot control system Control system for remote pilot Estimated cost to acquire and time to ship after receipt of order 4.0 Submission Instructions�� The Offeror shall provide documentation that adequately describes the UAS capabilities, flight control and instrumentation; performance characteristics; estimated cost to acquire, build, operate; Availability of UAS as a commercial-off-the-shelf plans/kit/constructed UAS, or prototype systems with proven ability to safely fly; certification, either obtained or in the process of obtaining, from the Offeror�s nation�s civil aviation authority (i.e. the U.S. Federal Aviation Administration or the European Union Aviation Safety Agency).� Hyperlinks to videos showing actual flight is welcome in addition to the provided documentation. Interested Offeror shall submit a written Statement of Capabilities of sufficient detail demonstrating their understanding of the Section 3.0 description of characteristics (above). The Offeror must describe how the services relate to the Offeror relevant past performance (three (3) previous or current experiences in the past five (5) years). Capability information for the three (3) previous or current past performance experiences shall include: Contract number; Customer (Government agency, private industry); Contracting Officer's Representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided shall be detailed and shall show technical capabilities, knowledge, and expertise so the Government can assess the ability to provide the described services in each of the above stated work areas. All of the information sought should be conveyed in no more than fifteen (15) pages. Page size is set at 8.5� X 11� and text should be no smaller than 11 point and double spaced.� All responses must be in electronic form.� Had papercopies will not be accepted.� Each response must reference the Sources Sought title. Ensure to provide the Offeror�s name and the following Offeror information: Point of Contact (along with telephone and email address); DUNS Number and CAGE Code; Contractor Address; and NAICS code as registered in the System for Award Management. Interested small businesses shall indicate their socio-economic small business size status (Total Small Business, 8(a) business development, historically underutilized business zone, service disabled veteran owned, small disadvantaged, or woman-owned) in the appropriate North American Industry Classification System (NAICS) code. As a result of recent changes to the Federal Acquisition Regulation (FAR) Part 19, small business concerns must ensure that their status certifications are up to date. Interested parties must respond to this announcement in writing by 14 August 2020, 2:30 PM, Eastern Time. Telephone requests will not be honored.� All responses must be submitted via e-mail to David Berger at david.berger@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 5.0 Information Availability THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and technical capability of Contractors prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600. For information about the Volpe Center refer to the Volpe Center website at http://www.volpe.dot.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/97690c002f924945b84bf57cc29dc3fe/view)
- Place of Performance
- Address: Cambridge, MA 02142, USA
- Zip Code: 02142
- Country: USA
- Zip Code: 02142
- Record
- SN05735173-F 20200729/200727230138 (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 |