SURVEY DRONE AND LIDAR EQUIPMENT
ID: 693C7325Q000014Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

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

    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified vendors to provide survey drone and LiDAR equipment under a total small business set-aside contract. The procurement aims to acquire advanced unmanned aircraft systems that will enhance capabilities in search, detection, navigation, and guidance for transportation-related projects. This equipment is crucial for improving data collection and analysis in infrastructure assessments and planning. Interested parties should contact Regina P. McDonald at Regina.McDonald@dot.gov or call 703-404-6268 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal regulation regarding the prohibition of using any ByteDance covered application, specifically TikTok, on government information technology and contractors’ equipment. This regulation stems from the No TikTok on Government Devices Act and related guidance, which collectively forbid the presence of TikTok on federal devices and contracts. Contractors must ensure that neither they nor their employees use TikTok on any government-related technology. A clause mandates that contractors incorporate this prohibition into all subcontracts. Exceptions to the rule can only be granted in writing by the Contracting Officer. In essence, the regulation aims to safeguard sensitive government data from potential security threats posed by foreign apps, thereby ensuring compliance with federal security protocols. The document serves as a critical guideline within the context of government procurement and security practices, reinforcing a strict stance on information technology usage in federal operations.
    The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, seeks justification for using other than full and open competition to award a $243,000 contract for a specialized Unmanned Aircraft System (UAS) with a Lidar Survey System. The contract will cover the delivery of a Freefly Alta X UAS platform, a Yellowscan VX20-300 Integrated System Lidar Unit, calibration, software for data processing, and staff training over a six-month period. The justification cites FAR Subpart 13.5 allowing simplified procedures due to the unique, statutory, and operational requirements that limit viable options to only two UAS platforms. This plan ensures interoperability within the Federal Lands Highway program and compliance with the National Defense Authorization Act. Market research confirmed the uniqueness of the proposed solutions, and interest was expressed by vendors like Frontier Precision and Duncan-Parnell, Inc. Despite the limited competitive landscape, future procurements will be handled on a case-by-case basis to navigate existing regulatory constraints. The document reinforces governmental compliance while addressing the needs for advanced technology in federal operations.
    The document outlines the requirements related to telecommunications and video surveillance services within the framework of federal contracting, as specified in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that Offerors must declare whether they provide or use covered telecommunications equipment or services. The provisions include definitions, prohibitions on procuring such equipment, and specific procedures for Offerors to confirm compliance. Offerors must conduct reasonable inquiries in assessing their use of covered technologies and provide detailed disclosures, including information about any covered telecommunications equipment or services offered. This rule aims to mitigate risks related to national security by preventing reliance on potentially compromised technologies in federal contracts. The document emphasizes the significance of transparency and compliance in contracting with federal agencies, reinforcing the objective of protecting government communications from potential threats.
    The provision 52.204-26 in government contracts addresses the representation concerning covered telecommunications equipment or services. It outlines the definitions pertinent to these terms, referencing clause 52.204-25 related to the prohibition of certain telecommunications and video surveillance offerings. The procedure mandates that offerors check the System for Award Management (SAM) for any entities barred from federal awards due to engaging with prohibited equipment or services. The offeror must affirm whether they do or do not provide such equipment or services as part of their offerings to the government. Additionally, they must conduct a reasonable inquiry to represent if they utilize any covered telecommunications in their operations. This provision is essential in maintaining the integrity of federal contracts by ensuring that suppliers do not engage with potentially harmful telecommunications technologies, ultimately reinforcing security and compliance in government operations.
    The document outlines a Request for Quotations (RFQ) issued by the Eastern Federal Lands Highway Division of the Federal Highway Administration, specifically for the procurement of a drone package and related equipment. The RFQ is formalized under Request No. 693C7325Q000014 and emphasizes that it is not an order but a request for pricing and information. Bidders are required to respond by March 20, 2025, with their quotations including specific equipment from manufacturers such as Freefly Systems, Yellowscan, and Trimble. Key provisions include the requirement for prospective contractors to be registered in the System for Award Management (SAM) prior to award, and the stipulation that all information and communication technology (ICT) deliverables must comply with Section 508 of the Rehabilitation Act to ensure accessibility for individuals with disabilities. Additionally, the RFQ states that submission of responses can occur via email or mail and outlines important clauses regarding payment, including the use of an electronic invoicing system called Delphi. This document reflects the federal government's procedural standards in obtaining necessary technological supplies while ensuring compliance with regulatory requirements for both accessibility and procurement.
    The document outlines the representation requirements for vendors under the Department of Transportation, focusing on compliance with Section 889(a) of the John S. McCain National Defense Authorization Act. This legislation mandates agencies to avoid procuring telecommunications equipment or services from certain Chinese firms to enhance national security. Vendors must certify whether they provide or utilize "covered telecommunications equipment or services" in any transactions. The document specifies that orders are prohibited with any non-compliant vendors unless an exception applies. Definitions are provided for key terms such as "backhaul," "covered foreign country," and "critical technology," clarifying the scope of the prohibitions. Additionally, it emphasizes that merchants must maintain compliance for one year and report any changes within seven days. This ensures the integrity of equipment and services utilized by federal agencies, reinforcing the federal government's commitment to national security considerations in procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LiDAR Sensor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of LiDAR sensors through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of search, detection, navigation, guidance, and aeronautical systems. The LiDAR sensors are critical for various military applications, enhancing capabilities in detection and navigation. Interested vendors can reach out to Pratheek Manjunath at pratheek.manjunath.civ@army.mil or by phone at 845-938-2825, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    Developing Pedestrian Realistic Artificial Datasets (RADs)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking contractors to develop realistic artificial datasets (RADs) focused on pedestrian volumes to enhance roadway safety. The primary objectives include assessing existing pedestrian volume counts, addressing data gaps, and generating artificial datasets applicable to various roadway types using advanced technologies such as artificial intelligence. This initiative is crucial for improving safety for vulnerable road users and addressing the rising pedestrian fatalities. Interested parties can contact Amalia Rodezno at amalia.rodezno@dot.gov or Jonathan Agudelo at jonathan.agudelo@dot.gov for further details regarding the solicitation (contract number 693JJ325R000014), which spans a 30-month period and emphasizes compliance with government regulations, including accessibility standards.
    AUTOMATIC EXTRACTION DEVICE
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified vendors to provide an Automatic Extraction Device that complies with ASTM D 8159 specifications for measuring asphalt content in hot mix samples. The procurement aims to acquire a fully automated device capable of utilizing specific reagents and analyzing mixtures containing ground rubber tire or aramid fibers, along with necessary equipment and training for operation. This equipment is crucial for laboratory testing and ensuring compliance with specialized testing requirements in asphalt measurement. Interested vendors must submit their quotations by March 20, 2025, at 12:00 PM EST, and can contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further information.
    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).
    NEW XL 50 RIDGID GOOSENECK TRAILER
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotations for the procurement of a new XL 50 Ridgid Gooseneck Trailer. The procurement aims to acquire a trailer that meets specific design and performance specifications, including dimensions, capacities, and braking systems, to support federal transportation initiatives. This trailer is essential for various transportation projects, ensuring efficient and reliable transport of materials and equipment. Interested vendors must submit their quotes by March 12, 2025, with a delivery requirement by September 30, 2025. For further inquiries, potential bidders can contact Regina P. McDonald at Regina.McDonald@dot.gov or by phone at 703-404-6268.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
    Enhancing Forecasting Practices to Improve the Quality of Travel Demand Models, Forecasts and Transportation Plans
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking information through a Sources Sought Notice to enhance forecasting practices aimed at improving the quality of travel demand models, forecasts, and transportation plans. The initiative focuses on conducting market research to identify suppliers, particularly small businesses, capable of fulfilling these requirements over an anticipated 36-month contract period. This effort is crucial for refining traffic forecasting methodologies, which will support data-driven transportation planning and investment decisions nationwide, in alignment with the implementation of IIJA Section 11205. Interested contractors are invited to submit a Capability Statement detailing their qualifications and proposed approaches by March 20, 2024, and can contact Carolyn Lethert or Donna Franzese for further information.
    AAQ_410-ATEPS_I Contract
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice for the AAQ410-ATEPSI Contract, which focuses on engineering services. The procurement aims to secure professional support in engineering and technical areas, crucial for enhancing aviation safety and efficiency. The work will take place in Washington, D.C., and is vital for the FAA's ongoing efforts to improve air traffic management systems. Interested parties can reach out to Lasondia R Draper at lasondia.r.draper@faa.gov or call 202-267-0976 for further details regarding this opportunity.
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    Silvus Radio Equipment Procurement
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the procurement and installation of Silvus Prism radio systems to enhance communications for the U.S. Customs and Border Protection (CBP). The project involves installing these radio systems across seven designated locations, including Miami, Tucson, Naco, Nogales, El Paso, and Yuma, with the contractor responsible for all labor and materials, including a goTenna Edge Relay, solar panel, waterproof enclosure, and associated antennas, while ensuring functionality through rigorous testing. This initiative is crucial for improving Integrated Logistics Support (ILS) for CBP's Air and Marine Operations, emphasizing adherence to DHS policies and coordination for any location changes. Interested parties should contact Jason Perry at jason.m.perry@faa.gov for further details regarding this Sources Sought notice.