Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2024 SAM #8174
SOURCES SOUGHT

15 -- C-sUAS Drones

Notice Date
4/12/2024 7:29:37 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483024Q0036
 
Response Due
4/18/2024 9:00:00 AM
 
Archive Date
05/03/2024
 
Point of Contact
Austin Collins, Phone: 2292572053, Samuel D. Garfunkel, Phone: 2294603947
 
E-Mail Address
austin.collins.2@us.af.mil, samuel.garfunkel.1@us.af.mil
(austin.collins.2@us.af.mil, samuel.garfunkel.1@us.af.mil)
 
Description
Moody AFB is seeking potential sources capable of providing the following listed. Firms that respond shall provide clear evidence that they can �meet or exceed the specifications. We are seeking information on a fixed and mobile Counter-small Unmanned Aircraft System (C-sUAS) device. �System must have a modulator capability that can detect, identify, track, and counter sUAS in stationary, vehicle, and man-portable configurations. �System should be flexible enough to be powered by US, Overseas, vehicle, and man-pack style power sources. �Device must be capable to detect threats of the controller, video, telemetry, and Wi-Fi Communications links. �As a minimum, the device/system must be capable of at least 1.5 km horizontal detection, and take no more than 20 minutes to set up, be able to defeat, as a minimum 8 sUAS vehicles simultaneous. �The device must be inter-operable with other C-sUAS systems in use. �System should provide a visual and audio queuing or alerting for sUAS detection. �The system must have the select-ability of either automatically defeating the threat based on a set of parameters, or defeating the threat with operator intervention. �System must meet MIL-STD-461/810 standards for environmental extremes and for electromagnetic compatibility. �A visual display of the radius of the threat must accompany the system to include location, altitude, protocol, frequency, and be capable of extending to a larger monitor or screen for display purposes. � As part of this RFI, please provide information on the following as part of the purchase, or as an addendum:� 1). System cost. 2). System Operator training. Is it part of the purchase, or is training a separate cost. �If separate, how is training cost calculated, but student or by class. �� 3). The frequency spectrum covered by the system. 4). Complementary pieces of equipment that enhance operation. 5). Basic warranty and any available warranty options. 6). Customer support provided as part of the purchase, to include maintenance support; financing and discounts. � 7). Marking and packaging; equipment inspection and acceptance processes prior to shipment. 8). Hardware and software support to include any update and a specific number per year. Please add any cost for updates required outside of normal system updates as part of the purchase such as an ""emergency update."" � �� 9). Logistical and customer support if units are in a CONUS or OCONUS location, approximate return time back to the unit if unit is required to be shipped back to vendor. The purpose of this post is seeking sources for market research purposes and no contract or obligation from the government will come of it. Please submit all information to austin.collins.2@us.af.mil, if you have any questions you can email or call at (229) 257-2053.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1ba10fcfaf64fbb9797b9cc1d1e2c81/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07029386-F 20240414/240412230046 (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.