Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOURCES SOUGHT

99 -- WINN ISR Unmanned Aerial Systems (UAS)

Notice Date
9/21/2020 12:04:42 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8620 AFLCMC WIJK BIG SAFARI WPAFB OH 45433-7101 USA
 
ZIP Code
45433-7101
 
Solicitation Number
WINNISRUAS26Aug2020
 
Response Due
9/28/2020 7:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
Meagan Frances Wooten, Danielle Devecchio
 
E-Mail Address
meagan.wooten@us.af.mil, danielle.devecchio@us.af.mil
(meagan.wooten@us.af.mil, danielle.devecchio@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� REQUESTS FOR SOLICITATION WILL NOT RECEIVE A RESPONSE. INTRODUCTION: The Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, and Reconnaissance and Special Operations Forces (ISR/SOF) Sensors, Foreign Military Sales (FMS) New Business and Advanced ISR Branch, (AFLCMC/WINN) is conducting Market Research to identify potential sources who may provide the information detailed in this Sources Sought.� � CAUTION: This is NOT a commitment to fund any effort submitted in response to this request.� Respondents are placed on notice that participation does NOT guarantee participation in future solicitations or contract awards. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals.� Respondents are advised that the United States Government (USG) will not pay for any information or administrative costs incurred in response to this Sources Sought.� Please be advised that all submissions become USG property and will not be returned.� All costs associated with responding to this SSS will be at the responding party�s expense.� This SSS is issued solely for information and planning purposes only.� It DOES NOT constitute a Request for Proposal (or solicitation) and DOES NOT guarantee the issuance of an RFP in the future.� This Sources Sought does NOT commit the USG to contract for any supply or service whatsoever.� �The USG does not have any associated technical data to provide to potential sources.� INSTRUCTIONS: AFLCMC/WINN has a requirement to procure twelve (12) Intelligence Surveillance and Reconnaissance (ISR) Unmanned Aerial Systems (UAS).� AFLCMC/WINN is exploring the market for sources who can provide technically sound and economical non-developmental qualified solutions.� The requirement includes the utilization of established Commercial off the Shelf (COTS) system-of-systems, consisting of integrated non-developmental items.� The solution shall be comprised of an Unmanned Airborne System (UAS) meeting the specifications listed below. The USG will use this Market Research information to determine the best future acquisition strategy for this procurement in order to meet the customer requirements and delivery schedule. The USG does not have any associated technical data to provide to potential sources.� Information solicited is as follows: 1.� Unmanned Aerial Vehicle that could reach a range of 800 km and loiter at an altitude of 18,000 ft for a minimum of 5 hours. - Maximum Endurance up to 20 flying hours. - UAV shall not be detectable by Human ear above 3,000 AGL. -�UAV shall not be detectable by Human eye above 3,000 AGL. - UAV shall comeback to base and land safely once the signals are lost. - Signals of UAV shall not be hacked or interrupted by outsider. - Work in harsh environment: ?20?C to +50?C, Up to 95% relative humidity, Wind resistance - Self Defense against Enemy Air Defenses systems. - EOIR that could identify human at a range of 18,000 ft. - EO: minimum of 15 MP and Wide FOV, MWIR: minimum of 1 MP and Wide FOV. - Laser Designator & finder Capable Payloads. - Take off from launcher and land without a runway. - Total of (12) UAVs. These requirements may change based on releasability determination for Partner Nations.� Industry is encouraged to provide alternatives, as desired 2.� Provide the date of, or anticipated date of, receiving these certifications: - Approved and issued FAA STCs and USAF Airworthiness Military Type Certification for missionized aircraft including all required modifications to the baseline aircraft 3.� Schedule timeline for delivery of first aircraft and subsequent requirements. Please ensure all appropriate security procedures and policies are followed when responding to this SSS.� Respondents should indicate which portions of their responses are proprietary and mark them accordingly.� All information received in response to this SSS that is properly marked as �Proprietary� will be handled accordingly.� Proprietary information must be clearly marked on the outside container and on the materials inside.� The USG shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.� Please do not include pricing or other financial data in your response.� This Sources Sought�is issued pursuant to FAR Part 15.201(e).� Questions regarding this Sources Sought must be submitted by 9 September 2020, questions received after this date may not receive a response.� Questions shall be sent via email to the Primary Point of Contacts (POCs) listed below. Written follow-up questions may be asked of responders for clarification, but this will not be indication of selection or preference.� Include the following information with your submission: -Company Name and Address -DUNs Number -CAGE Code -Point of Contacts (POC(s)) - Phone number(s) and email(s) -Small Business Size Standard -NAICS Code Submissions will be accepted via email up to the due date of 28 September 2020 at 1000 EDT.� Contracting Office Address: 2530 C Street Wright Patterson AFB, OH 45433 United States Primary Point of Contacts (POCs): Meagan Frances Wooten Contracting Officer Meagan.Wooten@us.af.mil Danielle Devecchio Contracting Specialist Danielle.Devecchio@us.af.mil ____________________________________________________________ AMENDMENT # 1� Please see the attached list of questions.� No other changes have been made to the original Sources Sought posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73801ba2336b4750ba764b9a9e63d3e9/view)
 
Record
SN05806049-F 20200923/200921230215 (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.