Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

15 -- Osprey UAV Test Platform Assets

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
FA8651-10-D-0161
 
Archive Date
4/13/2010
 
Point of Contact
Donna A Moran, Phone: (850)883-2676, MiMi Martin, Phone: 850-883-2675
 
E-Mail Address
donna.moran@eglin.af.mil, mimi.martin@eglin.af.mil
(donna.moran@eglin.af.mil, mimi.martin@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Material Command, Air Force Research Laboratory, Munitions Directorate, Eglin AFB, FL contemplates a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, FA8651-10-D-0161, for Osprey UAV test assets using the Acquisition for Experimental or Testing Purposes (AETP) authority under 10 U.S.C. 2373. The estimated ceiling of the contract will be approximately $500,000 over a five year ordering period. The objective is to provide the Air Force Research Laboratory, Munitions Directorate, Advanced Guidance Division (AFRL/RWG) commercial remote-controlled aircraft to meet the mission requirements of in-house testing of current and future Guidance, Navigation and Control capabilities. The NAICS code is336411 and UAVs are manufactured by Air and Sea Composites. Below are the requirements the aircraft must meet: Aircraft Requirements: a) Payload weight capacity > 20 lbs. b) Payload volume capacity > 2.0 cubic feet. c) Internal rail system for adjustable payload mounting. d) Empty (no payload but fueled) ground take-off weight (GTOW) < 40 lbs. e) Flight duration > 60+ minutes at > 50 knots cruise speed. f) Dash speed > 75 knots. g) Landing speed < 20-35kts (no payload). h) Pusher Prop Configuration for unobstructed forward sensor placement. i) Propulsion System: 2-Stroke, spark ignition, gasoline based fuel. j) Main wheel braking system and flaps required. k) Ability to disassemble for ground vehicle transportation into standard pickup truck. l) Hard points for external carriage of 10 lbs. payload pods on underside of aircraft (either wing or fuselage mount or both). m) Landing gear shall be in Tricycle Gear Configuration. n) Use standard runway launch and recovery techniques o) Wingspan > 132" p) Length > 96" q) Composite airframe, vacuumed bagged wings. r) Standard tail. Aircraft Equipment, Controls, and Aesthetic Requirements: a) Engine, fuel system, landing gear, control actuators/servos are required. b) Autopilot, battery, and radio control transmitter/receiver are NOT required. c) A portion of the payload capacity must accommodate an unobscured mounting location for a forward-looking camera or imaging system (i.e. the aircraft nose or forward section). Delivery Requirements: a) Aircraft must be fully assembled upon final delivery at Eglin Air Force Base, FL. b) FOB destination with all associated shipping costs included in the unit prices. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may submit statements of capability. Responses must be submitted within 15 days of publication of this notice to the Air Force Research Laboratory (AFRL/RWK), ATTN: Donna Moran, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810 or emailed to donna.moran@eglin.af.mil. For technical information, contact Kevin O'Neal, AFRL/RWGN at 850-883-2566, kevin.oneal@eglin.af.mil or 1stLt Caroline New at 850-882-0673, caroline.new@eglin.af.mil. For contractual questions, contact Donna Moran, Contract Specialist, via email or telephone at 850-883-2676 or MiMi Martin, Contracting Officer, mimi.martin@eglin.af.mil or telephone at 850-883-2675. The Government will award a contract resulting from this notice to the responsible Offeror whose offer meets the required capabilities and considered most advantageous to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/FA8651-10-D-0161/listing.html)
 
Record
SN02091763-W 20100314/100313000452-16d5b56b0dd49de0a1fe567887dd972a (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.