SOURCES SOUGHT
66 -- HYPERSPECTRAL SENSOR
- Notice Date
- 7/27/2022 10:14:50 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- HYPERSPECTRAL_SENSOR_USAFA
- Response Due
- 8/2/2022 11:00:00 AM
- Point of Contact
- Kristin Heikkila, Phone: 7193333961
- E-Mail Address
-
kristin.heikkila@us.af.mil
(kristin.heikkila@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR part 19, Small Business Programs. This is for planning purposes only. Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose, and should refrain from providing proprietary information in the response. 1. INTRODUCTION: HYPERSPECTRAL SENSOR: turnkey system including the remotely piloted aircraft (RPA/drone), hyperspectral sensor, GNSS, IMU, flight planning software, and post-processing software.� The 10 CONS/PKB at the Air Force Academy seeks sources to provide a turnkey system for the Hyperspectral Sensor.� 10 CONS/PKB anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract. NAICS code is anticipated to be 334515 with a size standard of 750 Employees.� Product or Service Code: 6640 � Laboratory Equipment and Supplies. 2. INSTRUCTIONS: All businesses capable of providing a turnkey system for the Hyperspectral Sensor are invited to respond electronically.� All responses shall include the following: a. Capabilities statement: shall include company name, address, Unique Entity ID (UEI) number, CAGE code, point of contact with email address and telephone number. b. Business size and any additional socio-economic categories (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 334515, size standard of 750 Employees. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. c. A positive statement of intent to bid as a prime contractor. d.�Any current government contract vehicles that may be utilized to procure this requirement. e. Any recommendations on the salient characteristics as follows; HYPERSPECTRAL SENSOR:� REQUIREMENT SPECIFICATIONS: At a minimum, the equipment must: �� Turnkey system including the remotely piloted aircraft (RPA/drone), hyperspectral sensor, GNSS, IMU, flight planning software, and post-processing software. �� Must be 100% National Defense Authorization Act Section 889 compliant and not include any electronics made in China. �� Aerial Hyperspectral Scanner (hyperspectral sensor) with the following capabilities; o��� Must be a hyperspectral sensor as defined: deals with imaging very narrow spectral bands over a continuous spectral range in the electromagnetic spectrum producing the spectra of all pixels in the scene. o��� The spectral range must be continuous from 400 nanometers(nm) [0.4 micrometers (�m)] to 2500 nm (2.5 �m) o��� The scan line (spatial pixels) must be at least 640 o��� Must have at least 250 spectral pixels (bands) in the very-near-infrared (VNIR) wavelengths and 250 spectral pixels in the short-wave-infrared (SWIR) wavelengths. o��� Must have rapid data-collection frame rates in VNIR of ? 330 Hz and SWIR > 100 Hz. o��� The sensor may be either capable of collecting both VNIR and SWIR wavelengths, or may be two coaligned sensors capable of collecting both VNIR and SWIR. o��� The sensor should have a built in high accuracy global navigation satellite system (GNSS) capable of survey grade precision and accuracy, and inertial measurement unit (IMU) o��� On-board storage must be solid state and capable of storing at least 500GB of data. o��� The system must come mounted on a multi-rotor remotely piloted aircraft. o��� Aircraft must be capable of the hyperspectral sensor and electronics payload. o��� Come with the Ground Control System (GCS) capable of both manual and autonomous flight and include the tablet for flight visualization and monitoring. o��� Come with at least three sets of batteries to fly three complete flights without needing a recharge. o��� The system must be able to fly at least 20 minutes on a single set of batteries in a single flight.� It is preferred that the system be able to fly at least 30 minutes on a single flight. o��� The GCS must be able to maintain a strong signal via FM modem to the RPA/drone throughout the complete line of site range and at least 2000 meters. �� Minimum of two days training including flight mission planning, manual flights, autonomous flights, post flight data download and processing. o�� All system components must come in tough carrying cases. o�� Hyperspectral/spectrometry processing software for post processing with training provided. o�� Shipping costs of complete system to the Air Force Academy included with the purchase. Responses must be received no later than 01 Aug 2022, and addressed to the Contracting Officer, Kristin Heikkila.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d56cd30e71a94bcf9a10f2163f328d27/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06404628-F 20220729/220727230121 (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 |