Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2021 SAM #7188
SOURCES SOUGHT

15 -- Small UAS Drone with Custom Gimble Mount System - Sources Sought

Notice Date
8/4/2021 11:58:45 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0083SS
 
Response Due
8/9/2021 3:00:00 PM
 
Archive Date
08/24/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 336411, with a Size Standard of 1,500 employees and the PSC Code is 1550. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following products: 001) Small UAS Drone with Custom Gimble Mount System Scope of Work: The USDA-ARS in Morris, MN location is seeking sources for a small unmanned aircraft system (sUAS drone). Background: The drone will be used to collect multispectral image data for the Long-Term Agroecosystems Research (LTAR) project and for plot-scale research at the Swan Lake Research Farm. Technical Requirements: The system should include the following minimum specifications: Include a custom gimble mount system with plate designed for mounting MX Dual camera multispectral imagers. The gimble mount system shall be included in the price and the sUAS shipped with the gimble mount system integrated (installed and wired) on sUAS The gimbal shall be fully compatible with Pixhawk flight controller Gremsy Gimbal Pixy U or comparable Include instructions for integrating (fastening and wiring) the imagers to the sUAS Designed, engineered, assembled, and supported in the U.S.A. Capable of 70-minute flight time (50-minute with payload) 1 kg payload capacity Compatible with Mission Planner and QGroundControl software applications and Pixhawk flight controller Include 2 batteries, dual charger, and case Rated for IP43 environments iOS and Android operating systems shall be supported Minimum 1-year warranty Note: NO products manufactured in China are acceptable (purchase of Chinese drones for Government use is now prohibited). Quoted products should be USA Manufactured if at all possible. Key Deliverables: � Drone������� Gimbal Mounting plate for Gimbal Two Batteries capable of 55-minute flight time with payload Custom Integration Kit for Gimbal mount of Dual Camera Imaging System (MicaSense RedEdge-MX Dual) Note: Dual Camera Imaging System will be purchased separately Delivery: Delivery to be made to 803 Iowa Avenue, Morris, MN 56267 within 30 days of award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Morris, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email to aaron.dimeo@usda.gov by Monday, August 9, 2021 at 5:00 p.m. CST. Telephone inquiries will not be accepted. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6863c9a30c034efa978cbd44b0e2372a/view)
 
Place of Performance
Address: Morris, MN 56267, USA
Zip Code: 56267
Country: USA
 
Record
SN06085596-F 20210806/210804230132 (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.