Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOLICITATION NOTICE

66 -- Small, man portable, recoverable unmanned aerial vehicle (UAV)

Notice Date
3/24/2008
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-08-Q-0351
 
Response Due
4/3/2008
 
Archive Date
6/2/2008
 
Point of Contact
Karen Travis, 703.325.6174
 
E-Mail Address
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(karen.travis1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Communications Electronic Life Cycle Management Command (CECOM-LCMC) Acquisition Center  Washington intends to award a purchase order on a firm fixed price basis to p urchase one (1) small, man portable, recoverable unmanned aerial vehicle (UAV) to perform remote reconnaissance of suspected mined areas. The system shall have a wingspan of no more than 3ft when flying, and have a total weight, including the pay load, of no more than 2.0 lbs. The system shall be remote controlled. A single operator shall be able to carry, set up, launch and operate the system. The system must be able to provide real time, GPS referenced images and video back to a central base s tation. Video shall be taken using commercial visible light cameras with a minimum resolution of 440 TV lines, which shall be removable or substituted with other imagers should the need arise. The system shall also capture real-time images at a minimum r esolution of 640x480 pixels. The system must be able to fly autonomously performing waypoint navigation to GPS coordinates entered in by the operator. The operator must be able to assume manual control if necessary. The system shall have the abi lity to return to a designated point, determined by the operator, if connection with the control station is lost. The system shall be equipped with a visible beacon and provide GPS coordinates of its position at all times, in case of need for recovery. The system shall operate at cruising altitudes of 200-700 feet above ground level and maintain a constant height when specified by the user. The operational flight time must be a minimum of 60 minutes off of its onboard power. The system shall operate at a minimum range of 10 km from the operator and base station. The base station must be operated off of battery power for a minimum of 4 hours. The UAV system shall be ruggedized and able to withstand at least 100 flights and landings without serv icing or repair other than operator field repair with spare parts included with the UAV systems deployment package. The deployment package must include all vulnerable components, spare parts, and tools to perform in field repairs for at least 100 flights and landings. The complete system including deployment support package must be single man portable. The system and deployment package must contain no hazardous substances or volatile chemicals. The system is to be used in a humanitarian demin ing environment. Therefore the system must be transportable, reliable, maintainable, and logistically supportable in third world mine affected countries. Only a single system will be purchased, and there are no plans to procure any additional systems at t his time. This must be a production ready system, and no funding will be provided for development. The system must be built and delivered NLT 6 weeks after receipt of order. Train the trainer training for up to at least 2 operators must be provided in the proposal. All responsible sources that provide supporting data to demonstrate they can successfully provide the required item may submit a quote to be considered. It is requested that the system, deployment package, and training be separat ely priced in the quotes provided. All responses shall be received via e-mail within ten (10) calendar days of the date of this notice. The anticipated award date is fifteen (15) days from the closing date of this notice. The delivery date shall be with in six (6) weeks from date of award. Award will be made IW Simplified Acquisition Procedures. All offerors must be registered with the Central Contractor Regi stration in accordance with FAR 52.204-7 and DFARS 252.204-7004. In additional, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https:/orca.bpn.gov/. A written solicitation will not be issued. All requests for information must be made in writing or e-mail to Susie Shupe, Procurement Technical, at susie.shupe@us.army.mil or Danny Lester, Contracting Officer at danny.lester@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01540051-W 20080326/080324224825 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.