SOLICITATION NOTICE
15 -- UNMANNED AIR VEHICLE
- Notice Date
- 6/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017804Q3037
- Response Due
- 6/15/2004
- Archive Date
- 8/15/2004
- Point of Contact
- XDS13-10 (540) 653-7765 XDS13-10 (540) 653-7765
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to purchase complete Unmanned Air Vehicles (UAVs), associated Ground Control System (GCS) components (other than standard personal computers that are required to operate the UAVs in a autonomous manner) and Software for Robotic Research at NSWCDD, on a restricted 100% Small Business Setaside basis. The required items and quantities are: UAV with all GCS components, including in-aircraft video camera with wireless transmitter and receiver, radio modem data link (can be modulated on video signal, if desired) for transmission of waypoints and other telemetry data, standard Futaba (backup) radio controller, and Ground Control Software (2 EACH) and Ground Control Station Software Developer's Kit (1 EACH). The following minimum specifications apply: EACH UAV SHALL: (1) Be capable of powered flight and shall have autonomous take off and landing capability from a paved 500 ft runway. (2) Have available payload capacity of at least one (1) pound at maximum take off weight. The available payload capacity shall fit in a cavity within the UAV and shall be accessible from the bottom of the UAV with removal of simple fasteners. (3) Have at least a 20 minute flight duration with its optional one (1) pound payload insta lled. (4) Have a fixed focal length, fixed view, video camera with at least 640 X 480 pixel 16 bit color resolution. The UAV video shall be transmitted to the GCS on a radio system in the 1710 - 1850 Mhz Government frequency band. Each UAV shall transmit on a separate channel to avoid cross talk of the two (2) video signals. Each UAV shall have a two way transceiver operating in any of the Government owned frequency bands between 30.0 and 42.0 Mhz. (5) Have full autopilot capability to include automatic heading, speed and altitude control. The autopilot subsystem shall be capable of receiving a flight path defined by a minimum of 100 waypoints in standard WGS-84 Global Positioning System (GPS) format. Each UAV shall be capable of receiving new waypoints while in flight in order to support ground based UAV flight path control. (6) Have a rate of reception of the comple te set of 100 waypoints of at least 10 waypoints/second. Each UAV shall provide a buffer that will allow the newly received waypoints to be stored and a checksum to be computed prior to application to the autopilot system. If a checksum error is detected by the UAV on receipt of a waypoint set update, the UAV shall not implement the received waypoint set, but shall transmit an error message to the GCS. (7) Be capable of transmitting its current GPS position, its current speed setting, heading and altitude setting to the GCS. Additional data transmission to the GCS is also acceptable. (8) Be outfitted with a standard, 72 - 73 Mhz, radio control receiver so that emergency control from a ground based controller using a standard Futaba like radio, can be achieved. EACH GCS SHALL: (1) Include a two way transceiver operating in the same Government owned frequency bands betwe en 30.0 and 42.0 Mhz as the UAVs. Both UAVs shall operate on different frequencies to ensure that there is no cross talk between ground stations or between UAVs. (2) Support transmission of a minimum 100 waypoint set to the UAV in one (1) GCS commanded operation. (3) Be capable of transmitting a complete set of 100 waypoints to the UAV within 10 seconds. Support of transmission of smaller blocks or of individual waypoints from the GCS to the UAV is desired. (4) Include for waypoint transmission from the GCS to the UAV, some form of error detecting checksum, so that an invalid waypoint set is detectable by the UAV. (5) Provide a display mechanism within the GCS Software which allows the UAV's working waypoint set to be displayed along with the update waypoint set (color coded differently from the working waypoint set) on a single ground based computer monitor. (6) D isplay an error status if the UAV transmits an error message after receipt of an updated waypoint set. EACH GROUND CONTROL SYSTEM SOFTWARE KIT SHALL: (1) Provide a minimum of two (2) operating licenses for any proprietary GCS software. (2) Provide one (1) Application Programmer's Interface to the proprietary GCS based software so that additional functionality can be added by NSWCDD. (3) Provide a complete specification of any third party software tools that are required to develop or maintain the proprietary GCS software provided under this order. Required delivery for all items is within 30 days after date of order under F.O.B. Destination terms. THIS ANNOUNCEMENT CONSTITUTES THE ONLY REQUEST FOR QUOTATION, AS ALL ITEMS ARE SPECIFIED UNDER THIS NOTICE. SUBMIT FAXED, SIGNED AND DATED QUOTATIONS NLT 2:00 P.M, 15 JUNE 2004 to 540-653-6810. IT IS THE OFFEROR'S RESPONSIBI LITY TO ASSURE THAT THE QUOTE IS RECEIVED TIMELY AND THAT IT IS LEGIBLE AND COMPLETE. AS A MINIMUM, QUOTATIONS MUST INCLUDE: (1) Reference to Request For Quote #N00178-04-Q-3037, (2) The quoter's name, address, point of contact, phone number, fax number and email address, (3) Clear identification of offered products manufacturer, model numbers, quantities and prices for each offered item, (4) The offered delivery time and delivery terms, (5) Descriptive literature that clearly addresses and demonstrates compliance with all above minimum specifications (NTE 6 pages), (6) The validity period for the quote and (7) Clear identification of the quoter's business size, CAGE, DUNS, and TIN numbers. QUOTES FAILING TO SUBMIT THE ABOVE INFORMATION MAY BE EXCLUDED FROM CONSIDERATION. All responsible sources may submit a proposal to NSWCDD, Bldg 183, Room 106, Code XDS13, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, which shall be considered by the Agency. Award is to be made under Simplified Acquisition Procedures. Numbered Note 1 applies. Closing time and date is 2:00 P.M. 15 JUNE 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017804Q3037/listing.html)
- Record
- SN00596652-F 20040605/040603212747 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |