SOURCES SOUGHT
66 -- RECOVERY Unmanned Aerial System (UAS)
- Notice Date
- 2/12/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- AMD-10-SS40
- Archive Date
- 3/13/2010
- Point of Contact
- Kim S Stavish, Phone: 301-975-2672, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
kim.stavish@nist.gov, patrick.staines@nist.gov
(kim.stavish@nist.gov, patrick.staines@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - THIS IS NOT A REQUEST FOR QUOTATIONS. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. THIS CONTEMPLATED PROCUREMENT IS ANTICIPATED TO UTILIZE THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009 FUNDING IF IT IS DETERMINED THAT RESPONSIBLE SOURCES CAN SATISFY THE REQUIREMENT. All responsible sources are encouraged to respond to this notice; however, sources that do not respond shall not be precluded from responding to any subsequent solicitation. The National Institute of Standards and Technology (NIST) Building and Fire Research Laboratory Wildland Urban Interface (WUI) Program team, Gaithersburg, Maryland, seeks an Unmanned Aerial System (UAS) to collect data characterizing the location of a fire perimeter spreading through wildland fuels. The UAS system will be comprised of 5 air vehicles capable of 1-2 measurement payloads, portable ground control station, and necessary software. Responses from responsible sources should clearly establish capability of providing an Unmanned Aerial System (UAS). After results of this market research are obtained and analyzed and specifications are developed for the UAS, NIST may conduct a competitive procurement. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that result would be conducted as a small business set-aside. Requirements for the Unmanned Aerial System (UAS) are as follows: Small Air Vehicles (SAVs), Quantity 5 total SAVs: Portable, for transport in ground support trailer One hour flight time Capable of launching on unimproved surface via vehicle based, portable launcher; or launched by hand Recovery by parachute or other means, to temporary command post or designated unimproved surface recovery zone Day or night operation Flight ceiling: 10,000 feet above sea level; 500 - 1000 feet above ground level Airspeed range 30-50 knots Total mass 7 kg, payload 2.5 kg. Ad-hoc networking for command, control, and data communications SAV #1 has 1 IR (7.5 microns - 13.5 microns) and 1 visible camera, temp and humidity measurements SAV #2 has 1 IR (3 microns - 5 microns) and 1 visible camera, temp and humidity measurements SAV #3 has 1 IR (7.5 microns - 13.5 microns) and wind, temp and humidity measurements SAV #4 has 1 IR (3 microns - 5 microns), and wind, temp and humidity measurements SAV #5 has one visible camera, wind, temp and humidity measurements Ground Control, Quantity 1: Maximum 2 person ground crew Real time tactical imagery Multiple (3 to 4) simultaneous vehicle operation from one ground control station Self tracking GPS antenna for accurate positioning Ground coordinate registration of imagery Near real-time orthorectification of imagery desired Datalink reach radius of 5 miles Capable of preload flight plan (via waypoints), autonomous loiter, and in-flight programming of updated flight profile Support trailer, Quantity 1: Enclosed support trailer for highway and off-road transport of entire system to remote locations Measurement payload: Type 3a infrared cameras as specified in Infrared Field Users' Guide and Vendor Listings ; with 7.5 microns - 13.5 microns detection range (Quantity 2) Type 3a infrared cameras as specified in Infrared Field Users' Guide and Vendor Listings ; with 3-5 microns detection range (Quantity 2) Visible camera with 10x optical zoom for SAV (Quantity 3) All cameras are tested to ensure capability with command and control electronics (no interference); and meets weight limits of vehicle Temperature and relative humidity sensing on each SAV, with accuracy of 1C and 1% RH (Quantity 5). Wind sensing on one SAV with direction accuracy of 5 degrees and magnitude accuracy of 1 mph (Quantity 3) Training: Training for operation of SAV for 3 persons Requested Information to be Included in Responses to this Notice: 1. Indicate whether your company manufactures or is an authorized reseller/business partner for a UAS of any kind and, if so, please provide complete commercial specifications for the UAS that your company manufactures or sells, including the name of the company that manufactures the UAS, where it is manufactured, and detailed functional and performance specifications that the product meets. 2. If your organization is an original equipment manufacturer of UASs, then please provide the name of company(ies) that are authorized by your organization, as the OEM, to sell your organization's UAS, as well as their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indicate the number of days, after acceptance of order, which is typical for delivery of UAS to the intended delivery location. 4. A complete copy of standard terms and conditions for the UAS that your organization manufactures or sells, to include, at a minimum: base warranty, available extended warranty (if offered), copy of software license(s) (if applicable), and customary payment terms. 5. Available training that can be purchased or may be included with the purchase of the UAS. 6. Customary documentation that is provided with the purchase of the UAS. 7. Describe optional items that are available for purchase for the UAS, such as consumables, spares, tools, additional components, ancillary equipment, software licenses, telephone support, etc. 8. If any of the above-referenced NIST UAS specifications appear to be unduly restrictive, then please indicate which specification you believe is unduly restrictive and indicate how you believe it could be more competitively worded such that it can be met by more than one UAS manufacturer and still meet the definition of commercial item at FAR 2.101. 9. Indicate whether modifications of the UAS currently manufactured or sold by your organization would be necessary to meet Government specifications listed in this notice and, if so, indicate whether those modifications would be considered minor modifications as described in the FAR Subpart 2.101 definition of commercial item. 10. The number of persons currently employed by your company, including parent organization and all subsidiaries (if applicable). 11. Indicate whether the UAS referenced in the response is currently available for ordering from one or more GSA Federal Supply Schedule (FSS) contracts and, if so, provide the GSA FSS contract number(s). 12. Provide any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Responses to this notice shall be sent by email to Kim Stavish, Contract Specialist, at kim.stavish@nist.gov, with cc: to Patrick Staines at Patrick.staines@nist.gov, so that it is received at that email address no later than February 26, 2010. The responses should include responses to all 12 requests for information listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-10-SS40/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02064530-W 20100214/100212234517-e3fde3d6f78fdfafe8911e2637ba6802 (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 |