S-UAS Program
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Dec 12, 2022 02:39 pm AKST
- Original Response Date: Dec 14, 2022 02:00 pm AKST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1550 - UNMANNED AIRCRAFT
- NAICS Code:
- 336411 - Aircraft Manufacturing
- Place of Performance: Eielson AFB , AK 99702USA
Description
This is a SOURCES SAUGHT/REQUEST FOR INFORMATION NOTICE only for the purpose of Market Research. Responses to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted wiht this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE.
Proposed work to be performed under the aforementioned requirement is anticipated to be within the following North American Industry Classification System (NAICS) code as follows: 336411
Eielson AFB is conducting Market Research to determin if there are sources capable of fulfilling a requirement for one (1) s-UAS to provide aerial IST/3D mapping capbilities. A brief summary of the specification are below:
NDAA Compliant
Signed and Encrypted Vehicle Firmware
Encrypted hard Drive and Password Protected Controller
Data Link Encryption
Minimum 35 Minute Flight Time
Deployable in Under 75sec
Day and Night Operation Capable
Vision Based Navigation for GPS Denied Operations
4K 60P HDR w/16x Zoom and FLIR Boson 320p thermal imager with 8x zoom
3-D Mapping Capability
3D Scan™ adaptive scanning and autonomous data capture
Able to Capture Down to .65mm Ground Sampling Distance
Level 5 or Greater Wind Resistance (19-24 MPH)
Antonymous Flight Operation
Real-time on-board 360-degree obstacle detection and avoidance
System Specific Formal Training Available
Interested parties should contact the point of contact listed, by email.
The contractor will provide and shipping and training.
The product will be delivered to Eielson Air Force Base (AFB), Alaska.
The U.S.A.F. is requesting the following information from interested vendors:
1) Company name and contact information to include phone number and email.
2) Contractor capability statement.
3) DUNS number and CAGE code.
4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package
to allow for accurate contractor quotes.
5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small
disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteranowned
small business, service-disabled veteran-owned small business) based upon North American Industry
Classification System (NAICS) code 336411 , size standard of 1500 Employees.
6) What is a reasonable amount of lead time for product to be delivered? 7) Please detail any onsite options that your company may offer.
8) Provide any additional information that your firm feels the government should consider for this type of
requirement.
Interested parties should send all information via email to TSgt Daniel Young at daniel.young.16@us.af.mil. NO
PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR
INFORMATION. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska
Standard Time on 14 December 2022.
An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will
be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the
specifications and/or drawings, will be made available only on the SAM.gov Web Site at
http://www.SAM.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the
release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is
the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents
for the said action. All contractors MUST be registered in the System for Award Management database or their
proposal will not be considered. Contractors can obtain further information on the System for Award Management
at web site https://www.sam.gov.
This announcement shall not be construed as a commitment by the Government to issue a solicitation or
ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for
Quote (RFQ) number and the announcement will be published on the SAM website at www.sam.gov.
Potential interested parties are responsible for monitoring this site for the release of the solicitation package as
well as downloading their own copy of the solicitation and amendments, if any.
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 907 377 5207 2310 CENTRAL AVE STE 3
- EIELSON AFB , AK 99702-2200
- USA
Primary Point of Contact
- Daniel Young
- daniel.young.16@us.af.mil
- Phone Number 9073777061
Secondary Point of Contact
- Camden Chan
- camden.chan@us.af.mil
History
- Dec 29, 2022 07:56 pm AKSTSources Sought (Original)