Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2022 SAM #7597
SOLICITATION NOTICE

15 -- Non-Blue Small Unmanned Aircraft Systems (sUAS)

Notice Date
9/16/2022 11:16:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NTSB ACQ LEASE MGMT DIVISION WASHINGTON DC 20594 USA
 
ZIP Code
20594
 
Solicitation Number
9531BM22H0019
 
Response Due
9/22/2022 2:00:00 PM
 
Archive Date
09/23/2022
 
Point of Contact
P. Matt Hazlinsky, Phone: 2023146205
 
E-Mail Address
matt.hazlinsky@ntsb.gov
(matt.hazlinsky@ntsb.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this requirement is 9531BM22Q0019. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This requirement is issued as a 100% small business set-aside. The associated NAICS code is 336411, �Aircraft Manufacturing�. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine, hazardous materials and pipeline -- and issuing safety recommendations aimed at preventing future accidents.� The National Transportation Safety Board NTSB has a requirement to purchase non-Blue capable small Unmanned Aerial Systems (sUAS). The sUAS will be used for accident site documentation, photogrammetry, mapping, and general aerial photography in support of accident/incident investigations across all modal offices. Description of Requirement The NTSB has a requirement for: Line Item Number 0001: Quantity: 5 Each, small Unmanned Aerial System (sUAS).� The quoted sUAS must meet the following minimum specifications: Non-Chinese made Portable and easy to transport into the field with minimal ancillary gear. Sensor of at least 20-megapixel quality with mechanical shutter or equivalent that will allow for enhanced photogrammetry and aerial mapping with minimal distortion. (Most electronic shutter sensors have proven to be inferior and not optimal for photogrammetry and mapping � however some newer technology has shown the ability to overcome this, hence the term �equivalent�) Minimum rated flight time - 25 minutes (single battery) Minimum rated wind resistance � Level 6 Minimum rain resistance � IPX3 Full compatibility with Pix4D suite of products Compatibility with 3rd party flight control software (i.e., Litchi, DroneDeploy, Pix4D) Compatibility with major fleet management programs such as DroneSense. Capable of �free flight� Customizable Return to Home (RTH) capability Ability of remote pilot in command (RPIC) to override autonomous flight iOS compatible � ability to control from controller, iPhone or iPad Ability of hand launch and recovery Minimum of forward FOV obstacle avoidance technology at 15 mph Accessible maintenance availability in CONUS and easy procurement of consumable items such as props, engines, etc. Ability to operate as an �enclosed system� without external transmission of flight telemetry POI capture capability Ability to be equipped with prop guards Anti-collision lights and strobes visible from at least 3 miles at night Quoters must submit documentation/product brochures to substantiate that its quoted sUAS meets or exceeds these specifications. � Line Item Number 0002: Quantity: 15 Each, Batteries for small Unmanned Aerial System (sUAS).� Quoters must quote 3 batteries (2 spare) per sUAS.� Batteries must be for the quoted make and model sUAS. Line Item Number 0003: Quantity: 15 Each, Propellors for small Unmanned Aerial System (sUAS).� Quoters must quote 3 sets of propellors (2 spare) per sUAS.� Propellors must be for the quoted make and model sUAS. Review the attached RFQ document and attachments which are attached hereto and incorporated herein for a detailed description of the requirement. Basis for Award The NTSB requires non-Blue capable small Unmanned Aerial Systems (sUAS) that meet or exceed the specifications listed in this notice, as well as batteries and propellors for the sUAS�s. All responsible sources may submit a quotation to be considered by the NTSB. Review the attached RFQ document and attachments which are attached hereto and incorporated herein for a detailed description of the requirement and for quote instructions. Clauses and Provisions Review the attached RFQ document and attachments which are attached hereto and incorporated herein to review the applicable clauses and provisions of this requirement. Submission of Quotations Your quotation must be received no later than 5:00 p.m., Eastern Daylight Time (EDT), on September 22, 2022. LATE QUOTATIONS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1, Instructions to Offerors � Commercial Items. Quotes may be transmitted via email to: P. Matt Hazlinsky Email: matt.hazlinsky@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 35 megabytes (MB). Therefore, the Contractor may choose to send their quotation in separate emails, if the combined file size of any email received by the NTSB email server will exceed 35MB. Contractors are encouraged to remove excess graphics from their quotations to ensure quotations remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your quotation at the email address of the contact specified above by the quotation due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to P. Matt Hazlinsky via email at matt.hazlinsky@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:00 p.m. EST on September 20, 2022. Electronic Dissemination of Combined Synopsis/Solicitation Access to this RFQ and amendments will be posted on the Contracting Opportunities website https://sam.gov/content/opportunities. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/acc70dfb372646f89ef4ea19220bd2b8/view)
 
Place of Performance
Address: Washington, DC 20594, USA
Zip Code: 20594
Country: USA
 
Record
SN06468798-F 20220918/220916230138 (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.