Organic Drone Build Instruction and Sustainment Kit
ID: JBLM1SFGLSC0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Organic Drone Build Instruction and Sustainment Kit through a combined synopsis/solicitation. This procurement aims to acquire commercial products or services that will support the development and maintenance of unmanned aircraft, which are critical for various military operations. The place of performance for this contract is North Lakewood, Washington, and it is set aside for small businesses under the SBA guidelines. Interested parties can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details. Proposals are being requested, and no written solicitation will be issued.

    Point(s) of Contact
    Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
    marketplacesupport@unisonglobal.com
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    100ARW Spark Cell Drone
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of a quadcopter small Unmanned Aircraft System (sUAS) platform and associated training to be delivered to RAF Mildenhall in the United Kingdom. The requirement includes the delivery of a Parrot Anafi USA GOV Drone or an equivalent model, along with five spare batteries and comprehensive training, all adhering to specified Salient Characteristics and regulatory compliance. This initiative is part of the Royal Spark Innovation Office's efforts to enhance operational capabilities for Intelligence, Surveillance, and Reconnaissance (ISR) and other strategic applications. Interested vendors must submit their quotes by 1700 GMT on September 25, 2024, and ensure they have an active System for Award Management (SAM) account. For further inquiries, vendors can contact Charles Kye at charles.kye.1@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    RAPIDx YETI LODCart
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the RAPIDx YETI Logistics Operational Device Cart (LODCart) through a Combined Synopsis/Solicitation. This procurement aims to develop a Logistics Operational Design Cart to enhance cargo unloading capabilities in agile combat environments, with a focus on a design that accommodates two 463L pallets and operates effectively in arctic and saltwater conditions. The project is critical for improving operational efficiency and safety during cargo handling, and it is set aside exclusively for Historically Underutilized Business (HUBZone) small businesses. Interested parties must submit their quotes by September 25, 2024, and can direct inquiries to Merina Cazares-Tate at merina.cazarestate.1@us.af.mil or SSgt Blia Yang at blia.yang@us.af.mil for further information.
    Universal Armament Interface (UAI) - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Universal Armament Interface (UAI) program, aimed at continuing the development and sustainment of a universal armament interface applicable across various weapon-carrying platforms and munition systems. This procurement is intended to be awarded on a sole source basis to the four Original Equipment Manufacturers (OEM) — Boeing, Lockheed Martin, Northrop Grumman, and Raytheon — under the authority of Title 10 U.S.C. 3204(a)(1) and 41 U.S.C. 3304(a)(1), emphasizing the need for a single responsible source to meet agency requirements. The UAI program is crucial for standardizing data interfaces in response to advancing technology and emerging weapon systems, with the contract type expected to be a combination of Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR), Time and Materials (T&M), and Hybrid arrangements. Interested parties may submit capability statements or proposals for consideration, and for further inquiries, they can contact Lisa Matthews at lisa.matthews.1@us.af.mil or Lakeisha Washington at lakeisha.washington.1@us.af.mil.
    2835-01-459-6815 (24-R-0746)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of nine units of Gearbox, Accessory D, under solicitation SPRHA124R0746. This procurement is critical for supporting the F-15 aircraft and aims to establish a firm price agreement for 120 days following the acceptance of offers, with an emphasis on compliance with the Buy American Act and sourcing from approved manufacturers. Interested contractors must adhere to stringent quality assurance standards, military packaging and marking requirements, and are encouraged to participate in the procurement process, which is open to all businesses but particularly targets small and disadvantaged enterprises. Proposals are due by October 4, 2024, and interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310 for further information.
    CT-40 Contraband Inspection Kit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, is seeking proposals for the procurement of two CT-40 Contraband Inspection Kits. These kits are essential for contraband detection and inspection operations, featuring advanced tools such as a videoscope inspection system, contraband detector, and various inspection probes. Interested vendors must submit their quotes by 7:00 AM (Mountain) on September 23, 2024, and ensure they are registered as small businesses in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact Otha Henderson via email at otha.b.henderson.civ@army.mil.
    Parts Kit, Fuel Tank
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a five-year indefinite delivery contract for a parts kit specifically designed for fuel tanks, intended to support the Chinook weapon system. This procurement is restricted to a sole source, Robertson Fuel Systems, LLC, due to the unique requirements associated with the parts kit (NSN: 1560-01-577-6981), which will involve various production quantities over the contract period, with initial deliveries expected within 408 days post-award. Compliance with military packaging and marking standards (MIL-STD-129) is mandatory, and contractors must submit a first article test and report within a specified timeframe, with inspections and acceptance occurring at the origin. Interested parties can contact Erica Allen at ERICA.ALLEN@DLA.MIL or by phone at 256-690-5712 for further details regarding this opportunity.
    LINEAR ACTUATING CYLINDER ASSEMBLY PARTS KIT / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Linear Actuating Cylinder Assembly Parts Kit for the C/KC-135 Stratolifter aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 416 units, and delivery expected 220 days after order placement. The parts must be manufactured according to specific military drawings and are critical for aircraft hydraulic systems, emphasizing the importance of compliance with Department of Defense standards. Interested small businesses must ensure they are certified to access unclassified data and can participate in a reverse auction process; further details and the solicitation will be available on the DLA Internet Bid Board System around September 18, 2024. For inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 804-279-1561.
    SOURCES SOUGHT NOTICE: Double V-Hull A1 (DVHA1) Extended Tow Bar Delta Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought Notice to identify potential suppliers for the DVHA1 Extended Tow Bar Delta Kits, essential for emergency towing of vehicles within the Stryker Family of Vehicles. The procurement involves a requirement for 36 units of the kits, which include various components such as brackets and assemblies, and are crucial for operational readiness in military contexts. Interested U.S. companies must demonstrate their capability to manufacture these kits, handle classified information at the SECRET/No Foreign Nationals level, and provide detailed responses to a series of questions regarding their experience and facilities. Responses are due by October 4, 2024, and should be submitted electronically to the designated contacts, Ryan Heuchert and the PEO GCS Mailbox.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.