Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

15 -- Unmanned Aerial Vehicle System for Weather System UAV

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-T-0131
 
Response Due
9/21/2007
 
Archive Date
11/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: Unmanned Aerial Vehicle W911S6-07-T-0131 -001 Qty = (1ea) Unmanned Aerial Vehicle (UAV). 126in Flying wing fuselage, motor, servos, speed control, prop, 6 batteries, modem, GPS, all wires/cables, component, integration and flight testing. UAV must have minimum: velocity = 22.4 mph, cruise veloc ity 31 mph, max velocity 45 mph, planform area 15 ft sq, and have an endurance (flight time) of 4 hours. Brand Name or Equal to Kestrel MSP Condor. -002 Qty = (1ea) Ground Control Station consists of ground control box, laptop computer, ground control software, video overlay, game pad controller and cabling. Brand name or equal to Kestrel Ground Control Station. -003 Qty = (1ea) UAV Plane software controlling system. Brand Name or Equal to Kestrel Auto Pilot Version 2.2. -004 Qty = (1ea) Sensors and Ground Software for UAV Plane System. Brand Name or Equal to Kestrel UAV MSP. NOTE: Please include shipping in the unit cost. Quotes must show FOB DESTINATION. Also, down payments or partial payments will not be paid. Payments. Please call or e-mail Contract Specialist Paul Frailey w/ all questions concerning this/these item/s @ 435-831-2587 paul.frailey@us.army.mil Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This is a notice of intent to negotiate on a sole source basis with Flying Sensors, 466 Lawndale Drive, Suite L, Salt Lake City, Utah 84115. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipme nt are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a re quest for quote (RFQ). Submit written offers on RFQ W911S6-07-T-0131. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334511 w/ small business size standard of 750 employees applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors  Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Ite ms, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions  Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitatio n. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.232-33, 52.247-34: and FAR 52-21 1-6 (Brand Name or Equal). The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the followin g clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.232-7010, DFARS 252.225-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III, 252.225-7036 Alt 1. The following FAR cl a uses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Don Jarvis Bldg 5464, Dugway, Ut. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. T he following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; OSHA Standards and I dentification of Contractor Employees. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.arm y.mil . Quotes are due no later than 5:00 pm (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Friday, September 21, 2007.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01404245-W 20070914/070913074043 (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.