Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

15 -- Sole Source with Continental Controls and Design, Inc. - Locust Micro Aerial Vehicles (MAV) and Ground Control Stations (GCS)

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, Sonoran Area Team, 5665 N. Scottsdate Rd., F135, Scottsdale, AZ, 85250-5912
 
ZIP Code
85250-5912
 
Solicitation Number
9TZ06JAL002
 
Response Due
8/14/2006
 
Archive Date
8/29/2006
 
Description
The General Services Administration (GSA) intends to issue a contract to Continental Controls and Design, Inc. of Huntington Beach, California through solicitation no. 9TZ06JAL002 on behalf of the Department of Army's Battle Command Battle Lab at Fort Huachuca, Arizona 85613 pursuant to the authority of FAR Parts 12 and 13.501(a) ?Sole Source Acquisitions?. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 20005-11 effective July 5, 2006. The applicable NAICS Code is 336411 - Aircraft Manufacturing. NOTE: Section 508 does not apply to this requirement. There is only one responsible source and no other supplies or services will satisfy agency requirements. Continental Controls and Design, Inc. is the manufacturer and sole authorized distributor of the Locust Micro Aerial Vehicle (MAV) and the Locust MAV Ground Control Station (GCS). A justification for Other than Full and Open Competition has been prepared in support of this acquisition. The Government requires multiple airframe interoperability. The Continental Controls Locust MAV can operate 4 vehicles at once with one ground control station. The limitation to 4 systems is due to the current state of the art in video downlink. Data link capability allows for 10 systems in the air at one time. The Government requires high-speed cursor on target data interface. The Locust MAV GCS is compliant with the Air Force Research Lab (AFRL) Cursor On Target interface. Both User Datagram Protocol ( UDP) and Transmission Control Protocol (TCP) / Internet Protocol (IP) protocols are registered with a system identifier ?LOCUST? through the MITRE organization. The Government requires payload swap capability. The Locust MAV airframe is not a built up airframe. It is an expanded polypropylene core that is milled out to provide equipment bays for various Commercial Off the Shelf (COTS) units. This allows the same airframe to be adapted to new COTS units with no redesign of flight control systems or flight required hardware (motor / power train, elevon control, etc.). The Government requires endurance extension. The Locust MAV airframe can be extended from 18 inches to 36 inches using plug in wing extensions. This effectively doubles the endurance capability of the base unit. The avionics package (autopilot) has to be as small as possible and use as little electricity as possible. The Tiny Guidance Engine (TGE) from Continental Controls is the smallest available autopilot on the market. Continental Controls and Design?s TGE is the only unit small enough and capable enough to be used on the Locust MAV. In addition, the avionics package (consisting of hardware and software) for Locust is used in conjunction with the ground control station software to allow command and control of the airplane. Requirements: Provide the following equipment on a Firm Fixed Price Contract: Six (6) each Locust MAV?s and three (3) each Locust MAV GCS. A single Locust MAV shall contain the following major components: 1) Airframe including power train and elevon control. 2) TGE Autopilot and GPS. 3) 900MHz RF Communication Datalink. 4) 2.4GHz Video Downlink. A single Locust MAV Ground Control Station shall contain the following major components: 1) ITronix Duo-Touch Rugged Tablet PC (including power cable and stylus). 2) GCS Control Board. 3) 900MHz RF Communication Datalink. 4) Video Receiver and High Gain Antenna. 5) Analog Video to USB Converter. 6) GCS Case. Please provide delivery timeframes in your proposal. Place of delivery and acceptance is: Fort Huachuca, AZ 85613. FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (January 2006) is hereby incorporated by reference. Continental Control and Designs, Inc. is hereby reminded to complete their annual representations and certificates electronically at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (June 2006) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (September 2005), is hereby incorporated by reference. Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2006), is hereby incorporated by reference with applicable paragraphs applicable to this solicitation and any resultant contract. GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (July 2003) and GSAM 552.212.72 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to GSA Acquisition of Commercial Items (Sep 2003). Type of Contract: A firm fixed price, definite quantity; definite delivery contract will be awarded. Period of Performance: Delivery no later than 120 days after receipt of contract. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is currently unrated. Continental Controls and Design Inc. is required to register in IT Solutions Shop at http://it-solutions.gsa.gov for post-award processing. This notice is not a request for competitive proposals. All interested parties must submit a capability statement that sufficiently describes their qualifications, capabilities, and previous experience related to fulfilling a similar requirement via email to joann.ancheta@gsa.gov by 5:00 p.m., PST, August 14, 2006. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted via email at joann.ancheta@gsa.gov.
 
Place of Performance
Address: Fort Huachuca, AZ
Zip Code: 85613
Country: UNITED STATES
 
Record
SN01105868-W 20060805/060803222543 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.