Two small (UAS) vehicles, along with associated support equipment, stands, payload attach fixtures, controller
ID: 80NSSC25891899QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; RECREATIONAL RESOURCES; BASIC RESEARCH (AH31)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure two small unmanned aircraft systems (UAS) along with associated support equipment, stands, payload attach fixtures, and controllers as part of its aeronautics research initiatives. The UAS must be multi-rotor, weigh under 55 lbs, and possess three-axis stabilization capabilities, with the ability to perform automated flights and carry payloads of up to 35 lbs, supporting a flight time of 20-30 minutes. This procurement is critical for advancing aeronautics technology, and NASA intends to award a sole source contract to Freefly Systems, Inc., the only provider capable of meeting these specific requirements, with an estimated delivery period of 30-45 days post-award. Interested parties can submit their qualifications in writing by January 22, 2025, to Tessa Martinez at tessa.m.martinez@nasa.gov for consideration in the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA is soliciting proposals for the procurement of two small unmanned aircraft systems (UAS) and related components as part of its aeronautics research and technology initiatives. The UAS must be multi-rotor, weigh under 55 lbs, and feature three-axis stabilization capability with the ability to perform automated flights and carry payloads of up to 35 lbs. The vehicles are required to support a flight time of 20-30 minutes, depending on the payload. The contract deliverables include a detailed list of the UAS vehicles and associated equipment, technical documentation, and compliance with the National Defense Authorization Act (NDAA) as well as U.S. export regulations. Key project milestones include a delivery date of March 15, 2025, for both the UAS and the necessary technical data. NASA aims to retain all intellectual property rights associated with the work under this contract while ensuring the protection of proprietary data from the contractor. This procurement reflects the agency's ongoing commitment to advancing aeronautics technology through innovative UAS solutions.
    NASA's Shared Services Center is recommending a sole source procurement for the Alta-X UAS System and Component from Freefly Systems, Inc. This decision is based on the unique capabilities and prior experience NASA has with the Alta-X system, which meets specific technical requirements necessary for NASA's technology development efforts. The estimated delivery period is 30-45 days post-award. Competing brands or vendors were deemed impractical due to the need for retraining and re-approvals, which would negatively affect critical development timelines. Additionally, Freefly Systems is compliant with NDAA and Section 889 regulations and registered in the SAM.gov database, ensuring compliance and compatibility for operations planned at Moffett Field, CA. The recommendation underscores the importance of utilizing a trusted and proven system for timely and effective project execution.
    NASA's NSCC requires two small Unmanned Aerial Systems (UAS) and related support equipment, intending to award a sole source contract to FREEFLY SYSTEMS INC, the sole provider of these items. The contracting action will occur under FAR guidelines at NASA's Ames Research Center. The acquisition focuses on commercial items and will utilize FAR Parts 12 and 13 for procurement. Interested entities can submit their qualifications in writing by January 22, 2025, to assess potential for competitive bidding. The government's discretion will determine whether this effort will proceed competitively. All communications must be written, and further procurement details are available through the designated point of contact, Tessa Martinez, a Procurement Specialist at NASA.
    Similar Opportunities
    X-59 Aircraft System Specialized Operational, Repair, and Technical Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking specialized operational, repair, and technical support for the X-59 Aircraft System through a Sources Sought notice. This procurement aims to identify potential vendors capable of providing essential support activities related to air transportation, specifically for fixed-wing aircraft. The services are critical for the ongoing development and operational readiness of the X-59, which plays a significant role in advancing aeronautical research and technology. Interested parties can reach out to Roxana Romero at roxana.l.romero@nasa.gov or call 661-276-2429 for further information regarding this opportunity.
    Gyro-Stabilized Gimbal Systems with Cameras
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Gyro-Stabilized Gimbal Systems equipped with cameras, as outlined in a Special Notice from the NASA IT Procurement Office. The objective of this procurement is to acquire advanced gimbal systems that enhance stability and imaging capabilities for various applications, which are critical for NASA's operational and research activities. These systems will play a significant role in improving data collection and analysis, contributing to NASA's mission objectives. Interested vendors should reach out to Kaelin Kelley at kaelin.w.kelley@nasa.gov or Debbie Matthews at debbie.r.matthews@nasa.gov for further details regarding the opportunity.
    Skydio UAV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of Skydio X10D and Skydio X2D Unmanned Aerial Vehicles (UAVs) on a brand name basis, specifically targeting small businesses. The procurement aims to acquire UAVs that meet unique operational requirements of the Department of Defense, leveraging proprietary features such as specialized thermal sensors that integrate seamlessly with existing systems, thereby minimizing additional training and integration costs. Interested vendors must submit their quotes by 12:00 PM on March 13, 2025, with delivery of the UAVs required by March 31, 2025; for further inquiries, potential bidders can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Small Unmanned Aerial Systems (sUAS) for Flight Test Use
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking to procure small Unmanned Aerial Systems (sUAS) for flight testing purposes at Wright Patterson Air Force Base in Ohio. The procurement aims to acquire four lightweight vertical takeoff and landing quadcopters, each under 10 pounds, equipped with electro-optical and infrared cameras, along with user-friendly ground control stations and AES-256 encrypted communication links. This initiative is critical for advancing UAS technology development and gathering diverse data, adhering to Department of Defense and Department of the Air Force regulations. Interested vendors must ensure compliance with the outlined specifications and can contact Jason Sav at jason.sav@us.af.mil for further details.
    TECHNOLOGY TRANSFER OPPORTUNITY: Reliable Geo-Limitation Algorithm for Unmanned Aircraft (LAR-TOPS-244)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a reliable geo-limitation algorithm for unmanned aircraft. This technology, called Safeguard, is developed by NASA Langley Research Center and is designed to detect and prevent unmanned aircraft from flying beyond authorized perimeters and into no-fly zones. Safeguard can be applied to both rotary- and fixed-wing systems and has the potential to comply with pending regulatory directives for geo-limitation in the UAS industry. The technology is an independent avionics equipment that can be easily integrated into any unmanned aircraft. It weighs approximately 1 lb and includes formally verified algorithms to monitor and predict boundary violations. The system operates independently of the UA and any on-board components, such as the autopilot, ensuring separation from non-aviation-grade systems. The perimeter boundaries can be described using polygons, allowing for flexibility in defining boundaries. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No funding is provided by NASA in conjunction with these potential licenses. For more information, please visit the NASA Technology Transfer Portal.
    RFQ- IF1200A Hexacopter drones, and equipment (Amend 3)
    Buyer not available
    The Department of Defense, specifically the Army's Combat Capabilities Development Command, is seeking proposals for the procurement of IF1200A Hexacopter drones and associated equipment under a Total Small Business Set-Aside. The primary objective is to acquire Unmanned Aircraft Systems (UAS) equipped with a Gremsy VIO EO/IR Sensor Payload, which are essential for Short Range Reconnaissance missions and must comply with stringent regulatory requirements set forth by the Department of Defense. This procurement aligns with the FY2020 National Defense Authorization Act, emphasizing the military's commitment to utilizing compliant, domestic UAS technology to enhance operational capabilities. Interested vendors should direct inquiries to Edmund Bousaleh at edmund.j.bousaleh.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil, with a delivery timeline of 30 days post-order receipt and invoicing managed through the Wide Area Workflow (WAWF).
    TECHNOLOGY TRANSFER OPPORTUNITY: Control and Tracking for Tethered Airborne Vehicles (LAR-TOPS-40)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking companies interested in obtaining license rights to commercialize, manufacture, and market a technology for control and tracking of tethered airborne vehicles. The technology consists of a hardware and software control system that tracks the flight of kite-like tethered vehicles using a pan-tilt platform, a visible-spectrum digital camera, and tracking control software. The system controls the flight of the vehicle to keep its position on a Figure-8 trajectory, maximizing velocity. NASA is looking for development partners to make the system more robust and user-friendly by testing it in real-world systems. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, contact Langley Research Center. No follow-on procurement is expected from this notice.
    Astrobee Free-flying Robotics System Operations and Sustaining Engineering Unfunded Space Act Agreement to Transfer System Responsibility to Commercial Provider Announcement for Partnership Proposals
    Buyer not available
    NASA's Johnson Space Center is soliciting proposals for an Unfunded Space Act Agreement (SAA) aimed at transferring operational responsibility of the Astrobee free-flying robotics system to a commercial provider. The initiative seeks to ensure ongoing utilization and engineering support for Astrobee robots aboard the International Space Station (ISS), which play a crucial role in assisting researchers with scientific explorations and STEM outreach. This partnership is significant for enhancing NASA's collaboration with the commercial sector, promoting advancements in space technology while requiring participants to independently secure operational funding. Interested entities must submit proposals that comply with specified guidelines, and for further inquiries, contact Ashley Chaves at ashley.h.chaves@nasa.gov or call 281-792-7921.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the 5X Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. The procurement emphasizes the need for qualified personnel in areas such as reliability engineering, system safety engineering, and quality assurance, with a focus on ensuring compliance with federal, state, and local regulations. This contract, which will be awarded for a four-year term with options for three additional years, is crucial for maintaining the integrity and success of NASA's mission-related activities. Interested parties must submit their proposals by March 28, 2025, at 3:00 PM local time, and can direct inquiries to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.