Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

15 -- Brand Name RFQ: Skydio sUAS

Notice Date
9/4/2024 10:24:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FA701424Q0065
 
Response Due
9/11/2024 11:00:00 AM
 
Archive Date
09/26/2024
 
Point of Contact
Capt Richard Snyder, Winston Allen
 
E-Mail Address
richard.snyder.12@us.af.mil, winston.allen.1@us.af.mil
(richard.snyder.12@us.af.mil, winston.allen.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�Combine Synopsis/Solicitation �COMBO� �small Unmanned Aircraft systems (sUAs)� (i) This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. � (ii) Solicitation Number FA701424Q0065 is issued as Request for Quote (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06.� (iv) This acquisition is a 100% total small business set-aside. The associated NAICS is 336411 with a Size Standard of 1,500 employees. (v) The package shall include the following Firm Fixed Priced (FFP) Contract Line Numbers (CLINs): 0001 Skydio X10D All Environmental Starter(Multi-Brand, IR) NA+ VT300-Z Product Type Code: DR4DSBN3IZA3000NA Product Service Code: 1550 Pricing Arrangement: Firm Fixed Price 20 Each 0002 Skydio X10 Controller Molle Pouch Product Type Code: DR4ACCMOLC Product Service Code: 1550 Pricing Arrangement: Firm Fixed Price 20 Each 0003 Skydio X10 Molle Pouch Product Type Code: DR4ACCMOLV Product Service Code: 1550 Pricing Arrangement: Firm Fixed Price 20 Each 0004 Skydio X10D Instructor Training Dates: 5 days TBD Location: Little Rock Air Force Base, Arkansas; Dover Air Force Base, Delaware; McGuire Air Force Base, New Jersey Product Type Code: DR4DTRNINST Product Service Code: 1550 Pricing Arrangement: Firm Fixed Price 3 Each 0005 Skydio X10D In-Person Training Dates: 5 days TBD Location: Little Rock Air Force Base, Arkansas; Dover Air Force Base, Delaware; McGuire Air Force Base, New Jersey Product Type Code: TRN111NADR4D Product Service Code: 1550 Pricing Arrangement: Firm Fixed Price 3 Each (vi) Description of the Items(s) to be acquired: This is a Skydio Brand Name acquisition. The contractor shall provide 20 small Unmanned Aircraft Systems kits (Skydio X10 Drone Starter Kit), 20 secure pouches for transport, 20 controller pouches, and product support package (instructors) as described in section v. (vii) Delivery shall be 120 days after receipt of order to the following address and will be FOB Destination: 1040 AIR FORCE PENTAGON WASHINGTON, DC 20330 (viii) The clause at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (ix) The clause at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition: Evaluation�Commercial Products and Commercial Services (Nov 2021) (a)�The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - The Government intends to make an award with the offeror who provides the lowest priced brand name products as described in section v. - The Government will begin its evaluation of offerors with the lowest priced and ensure compliance with the brand name specifications described in section v and with the instructions of this Combo Solicitation/Synopsis. If the lowest priced offeror conforms to the requirements in this solicitation, then the government will make award. If not, the government will evaluate the next lowest priced offeror. (c)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate quotes and award without discussion but reserves the right to conduct discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition (xiii)������� OTHER CLAUSES AND PROVISIONS (a)���������� Please see Attachment 1, FA701424Q0065 Provisions and Clauses, for FAR and DFARS clauses incorporated into this solicitation. In addition, the following applies to this solicitation: 252.225-7973� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) Use the following provision in solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items, unless� ����� (a)� The acquisition is for� �Counter-unmanned aircraft system surrogate testing and training; or ������������� (2) �Intelligence, electronic warfare, and information warfare operations, texting, analysis, and training; or ����� (b)� A waiver has been granted by the Secretary of Defense in accordance with section 848 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92). Prohibition on the PROCUREMENT of FOREIGN-MADE Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) ����� (a)� Prohibition.� Section 848 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92) prohibits DoD from using or procuring� ������������� (1)� An unmanned aircraft system (UAS), or any related services or equipment, that� ������������������� (i)� Is manufactured in the People�s Republic of China or by an entity domiciled in the People�s Republic of China; ������������������� (ii)� Uses flight controllers, radios, data transmission devices, cameras, or gimbals manufactured in the People�s Republic of China or by an entity domiciled in the People�s Republic of China; ������������������� (iii)� Uses a ground control system or operating software developed in the People�s Republic of China or by an entity domiciled in the People�s Republic of China; or ������������������� (iv)� Uses network connectivity or data storage located in, or administered by an entity domiciled in, the People�s Republic of China; or ������������� (2)� A system for the detection or identification of a UAS, or any related services or equipment, that is manufactured� ������������������� (i)� In the People�s Republic of China; or ������������������� (ii)� By an entity domiciled in the People�s Republic of China. ����� (b)� Representations.� By submission of its offer, the Offeror represents that it will not provide or use� ������������� (1) �A UAS, as described in paragraph (a)(1) of this provision, in the performance of any contract, subcontract, or other contractual instrument resulting from this solicitation; and ������� (2) �A system for the detection or identification of a UAS, as described in paragraph (a)(2) of this provision, in the performance of any contract, subcontract, or other contractual instrument resulting from this solicitation. (End of provision) Notice to Offerors:� The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: acquisition.gov/ (xiv) N/A (xv) All offers� shall be submitted via email to the Contracting Officer and the Contract Specialist via electronic mail no later than 2:00pm Eastern Time on 11 September 2024. (xvi) The point of contacts for this solicitation is as follows: Contracting Officer Contract Specialist Capt Richard Snyder richard.snyder.12@us.af.mil Winston Allen winston.allen.1@us.af.mil Attachments: Attachment 1- FA701424Q0065 Provisions and Clauses Attachment 2 - BNJ FA701424Q0065 Redacted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f6d5695cc604647aff6bf8f0b88536f/view)
 
Place of Performance
Address: DC 20330, USA
Zip Code: 20330
Country: USA
 
Record
SN07197533-F 20240906/240904230116 (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.