SPECIAL NOTICE
15 -- Notice of Intent to Sole-Source / Sources Sought (Skydio Software & On-Line Training)
- Notice Date
- 3/22/2022 3:50:33 PM
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD22R4986
- Response Due
- 3/25/2022 9:00:00 AM
- Point of Contact
- Jorge Acevedo, Phone: 8459388637
- E-Mail Address
-
jorge.l.acevedo4.civ@army.mil
(jorge.l.acevedo4.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Mission and Installation Contracting Command (MICC) at West Point intends to negotiate and award a purchase order on a sole source basis to only one responsible source in accordance with FAR 13.106-1(b)(1)(i).� ""Only one responsible source"" is based on the company being the sole developer and provider of the product and / or service and is therefore the only source capable of satisfying the Government's requirement.� The Government intends to solicit and negotiate with: � � � � � � � � � � � �Skydio Inc. � � � � � � � � � � � �114 Hazel Avenue � � � � � � � � � � � �Redwood City, CA 94061 This is considered a sole source to Skydio Inc because � based on market research and to the best of MICC West Point�s knowledge � Skydio Inc is the only known source that can provide the exact software and training needed to meet our requirements.� The requirement is in support of pre-existing drone kits that were previously purchased from Skydio Inc and are still under warranty. �Skydio Inc is the original equipment manufacturer (OEM) with trademark protections of the drone kits and its software.� They are the only company authorized to provide the item with annual preventative maintenance, spare parts, technical / field support, and upgrades in accordance with the original operating specs.� Any services / repairs performed by third parties will void all warranty and maintenance agreement obligations by Skydio Inc.� Skydio Service Technicians are the only known engineers certified to service the equipment.� No other potential sources are known to exist.�� MFR:� Skydio Inc. P/N#:� SKYSAESW115 ITEM:� Skydio Autonomy Enterprise for XD2 (perpetual 3-Year Term) QTY:� 1 each MFR:� Skydio Inc. P/N#:� SKY3DSSW123 ITEM:� Skydio 3D Scan for XD2 (unlimited) (perpetual 3-Year Term) QTY:� 1 each MFR:� Skydio Inc. P/N#:� SKYTRN3DS104NA ITEM:� Skydio 3D Scan for XD2 On-Line Training QTY:� 2 each MFR:� Skydio Inc. P/N#:� SKYTRNXD2100NA ITEM:� Skydio XD2 On-Line Training QTY:� 2 each This Notice of Intent is not a request for competitive proposals and no solicitation document is available.� However, any interested party that believes is capable of meeting our requirement may identify themselves but must submit evidence of their capability to fulfill the requirement as an Authorized Agent.� If a vendor is an Authorized Agent of Skydio Inc., they must submit written proof from Skydio Inc that says they have permission to sell / distribute / service the equipment on Skydio�s behalf (NOTE:� Documents will be verified with Skydio.).� All interested parties must provide the following data with their responses:� 1.� Full Company Name and Address 2.� DUNS Number and SAMs Unique Entity ID (UEI) 3.� CAGE Code 4.� TAX ID# (aka �EIN� or �TIN�#) 5.� Business Size (""Large"" or ""Small""� must be stated on your reply) 6.� The NAICS Code(s) your company uses to identify its business size. 7.� Company POC, Email, Phone# 8.� Proof (no exceptions) - - � ���� a.� Authorization Letter from Skydio Inc that says you are an Authorized Agent of Skydio Inc�with permission to install parts / components, service their equipment, and provide on-line training on their behalf. The Small Business Administration (SBA) NAICS Code is 336411 and the SBA Size Standard is 1,500 employees.� A determination not to compete the proposed requirement based on the responses to this notice is solely within the discretion of the Government.� Any information received will be considered solely for market research purposes to determine a competitive procurement.� Responses must be submitted in writing by the No-Later-Than (NLT) closing date and time stated below.� Telephone responses or requests will not be accepted.� Please submit all documents and responses to jorge.l.acevedo4.civ@army.mil by NLT 03/25/22 @ 12:00 PM (EST). �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d52f89b3391a44a78ff14bac5d5b6b10/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06274627-F 20220324/220322230105 (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 |