Skydio UAV
ID: N0016725Q0083Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

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

    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.

    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) issues a Request for Quotes (RFQ) for the procurement of Skydio X10D and Skydio X2D Unmanned Aerial Vehicles (UAVs) on a Brand Name basis. The solicitation is intended for small businesses, following Federal Acquisition Regulation (FAR) guidelines. Interested vendors must submit quotes by 12:00 PM on March 13, 2025, detailing capabilities to meet specified minimum requirements, including compliance with the BlueSUAS list, and other technical specifications related to UAV functionalities. Two main products are requested: Skydio X10D Starter Solution and Skydio X2D (vehicle only), both requiring specific performance characteristics and delivery to NSWCCD by March 31, 2025. Obligations for compliance with safety and procurement regulations are highlighted, including specifics on inspection and acceptance of products. The document includes numerous clauses related to contract execution, payment terms, and necessary certifications. Evaluation will be based on technical capability and pricing, with an emphasis on ensuring that all submissions adhere to set specifications and regulatory standards. This solicitation reflects the government’s ongoing efforts to modernize its aerial capabilities through compliant and competitive procurement processes.
    The document outlines a Sole Source/Brand Name Justification for a procurement under the Simplified Acquisition Threshold (SAT) in accordance with federal regulations. The justification is specifically for acquiring unmanned aerial vehicles (UAVs) from Skydio, Inc., as the products Skydio X10D and Skydio X2D are deemed necessary due to their unique features that comply with Department of Defense operations. The proprietary aspects of the Skydio UAVs, including a specialized thermal sensor compatible with existing processing software, necessitate a sole source procurement to avoid additional costs related to training and system integration. The memorandum adheres to guidelines established in the Department of Navy Simplified Acquisition Procedures and ensures that the rationale for limiting competition is well-documented, ultimately seeking approval for soliciting the acquisition without full and open competition under specified legal authority.
    Lifecycle
    Title
    Type
    Skydio UAV
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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).
    Request for Information: Uncrewed Systems (UXS) Survey
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking industry and government responses for a Request for Information (RFI) regarding Uncrewed Systems (UXS) as part of a survey initiative. The objective of this survey is to gather insights on UXS capabilities, which will be utilized for potential inclusion in future test events, demonstrations, and ongoing market assessments. This initiative is critical for advancing national defense research and development services, particularly in the realm of military applications. Interested parties are encouraged to submit their responses by March 31, 2025, and can direct inquiries to Mark Dravet at mark.v.dravet.civ@us.navy.mil or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil for further information.
    Counter Unmanned AerialDetection System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Counter Unmanned Aerial Detection System through a Combined Synopsis/Solicitation notice. This procurement aims to enhance security measures by acquiring a system capable of detecting and countering unmanned aerial threats, which are increasingly relevant in modern defense operations. The contract is set aside for small businesses, emphasizing the importance of fostering participation from the small business community in defense contracting. Interested vendors can reach out to Dennis Staples at dennis.staples@us.af.mil or call 253-982-2337, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    Phantom Cameras
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Phantom T4040 cameras and associated equipment from Vision Research, Inc. This acquisition aims to replace outdated camera systems with new technology that meets specific form, fit, and function requirements, ensuring compatibility with existing accessories and maintaining high-quality data collection capabilities. The equipment is critical for advanced cinematography applications within government projects, emphasizing the need for compliance with federal regulations, including TAA compliance. Proposals are due by December 2, 2024, with an anticipated award date of January 2, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050 for further information.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Exp Warfare Center, is soliciting proposals for Unmanned Hyperbaric Systems Support Services under a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense applications. Interested offerors must submit detailed proposals that address six evaluation factors, including Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with the proposal due date extended to March 24, 2025, to accommodate recent challenges faced by potential bidders. For further inquiries, interested parties can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    Request for Information: Counter Uncrewed Systems (C-UXS) Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is issuing a Request for Information (RFI) regarding Counter Uncrewed Systems (C-UXS). This RFI aims to gather insights and information on technologies and methodologies that can enhance the capabilities to counter uncrewed systems, which are increasingly relevant in national defense operations. The information collected will inform future research and development efforts in this critical area of military operations. Interested parties can reach out to Mark Dravet at mark.v.dravet.civ@us.navy.mil or by phone at 812-381-7085, or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil or 812-381-0990 for further details.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has announced its intent to award a sole source contract related to unmanned aircraft systems. This procurement is focused on acquiring specialized equipment and services within the NAICS industry of Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, which is critical for enhancing operational capabilities in defense applications. The goods and services sought are vital for the advancement and maintenance of unmanned aircraft technologies, which play a significant role in modern military operations. Interested parties can reach out to Carrie Cawley at carrie.a.cawley.civ@us.navy.mil or Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil for further details regarding this opportunity.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting quotes for the procurement of IDS branded parts, including cable assemblies and conduits, under the solicitation number 24-SIMACQ-E20-0006. This procurement is critical as it involves sole source items that are uniquely tested and validated for specific systems, ensuring compliance with installation schedules set for June and July 2025. The contract will be a firm-fixed-price arrangement, with an estimated delivery timeframe of 44 weeks post-award, and interested vendors must submit their quotes by March 10, 2025. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil.