Small Unmanned Aerial System
ID: FA301024Q0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, 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, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the acquisition of a Small Unmanned Aerial System (sUAS), with a focus on the Skydio X2D model or an equivalent. The procurement aims to enhance operational capabilities through advanced aerial technology, requiring features such as autonomous flight, 360-degree obstacle avoidance, high-resolution imaging, and robust construction materials. This initiative is critical for government missions that demand high efficiency and compliance with federal standards, particularly the National Defense Authorization Act (NDAA). Interested parties must submit their proposals by September 24, 2024, with a firm fixed pricing structure for the delivery of one UAV to Keesler Air Force Base, Mississippi, by November 29, 2024. For further inquiries, contact Markos Mendoza at markos.mendoza@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the desired characteristics for a Small Unmanned Aerial System (sUAS) Survey Kit, specifically calling for the Skydio X2D model or an equivalent. The key requirements include compliance with the National Defense Authorization Act (NDAA) and the Defense Innovation Unit (DIU) Blue UAS Cleared List. Essential capabilities include autonomous flight with 360-degree obstacle avoidance, high-resolution HDR photography, and 3D scanning software for creating three-dimensional models. Additional specifications entail a minimum flight time of 35 minutes, multiband communication, a robust construction using magnesium and carbon fiber composites, and specific hardware requirements such as a graphics processor with at least 256 cores. To facilitate ease of transport, the sUAS should have foldable arms and come in a tactical soft case. Compatibility with offline flight planning and execution, along with sufficient data storage via pre-installed SD cards, is also mandated. This RFP seeks advanced aerial technology to enhance operational efficiency for government-related missions, emphasizing autonomy and compliance with federal standards.
    This government document outlines a solicitation for a Women-Owned Small Business (WOSB) focused on acquiring a Small Unmanned Aerial Vehicle (UAV). The key components include requisition number FA301024Q0040, with a proposal submission deadline of September 24, 2024. The document specifies firm fixed pricing for the delivery of one UAV, detailing inspection and acceptance protocols at a government-defined location, Keesler Air Force Base, MS, with a delivery due date of November 29, 2024. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses pertinent to contracting, emphasizing compliance with small business participation, particularly for economically disadvantaged women-owned businesses. Additionally, it mandates the submission of unique item identifiers for specified items costing over $5,000. It also addresses procurement regulations regarding telecommunications equipment, environmental considerations, and payments processing, mainly through the Wide Area Workflow (WAWF) for billing. This document serves as a key tool for government contracting, promoting small business inclusivity while ensuring compliance with federal regulations and streamlined procurement processes.
    Lifecycle
    Title
    Type
    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.
    eBee TAC Drone
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of an eBee TAC Drone system, which is essential for conducting tactical mapping and survey operations in support of ongoing humanitarian assistance and disaster relief missions in Honduras. The procurement aims to provide a fixed-wing drone capable of delivering critical mapping and imagery products for various applications, including assessing helicopter landing zones and infrastructure reconnaissance, thereby enhancing the operational capabilities of Joint Task Force Bravo and its partners. Interested contractors must ensure delivery of the drone system, along with maintenance kits and specialized cameras, within 15 days post-award, with a new submission deadline set for September 20, 2024, at 5:00 PM CST. For further inquiries, potential bidders can contact Jonathan C. Shelton at jonathan.c.shelton2.mil@army.mil or MAJ Philicia Dailey-Jones at philicia.r.daileyjones.mil@army.mil.
    Cannon AFB- Thunder Dome Mindflare
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the Thunder Dome Mindflare project, which involves conducting a sUAS Manufacturing Course at Cannon AFB, New Mexico, from November 18-22, 2024. The contractor will be responsible for all aspects of the training, including curriculum development, facility setup, and providing necessary equipment for 16 students, with an emphasis on practical assessments and safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 611512, with proposals due by September 19, 2024, at 4:00 PM Mountain Daylight Time; interested parties should direct inquiries and submissions to Karina Bala at karina.bala@us.af.mil.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    Request for Information - Systems to collect Airfield Geometrics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify systems capable of collecting detailed airfield geometric data essential for operational purposes. The primary objective is to gather information on systems that can accurately measure surface gradients, elevations, and obstacles in various operational areas, including landing zones and refueling points, particularly in GPS-denied environments. This initiative is crucial for enhancing operational readiness and safety in challenging environments, as existing devices have been deemed outdated. Interested vendors are encouraged to submit their capabilities and relevant experience by October 7, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as the information gathered will inform future acquisition strategies.
    DRAFT REQUEST FOR PROPOSAL 2 - Remotely Piloted Aircraft (RPA) Maintenance (Mx)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command, is issuing a Draft Request for Proposal (DRFP) for maintenance support services related to Remotely Piloted Aircraft (RPA), with a focus on the MQ-9 Reaper. The procurement aims to secure organizational-level maintenance support, ensuring the sustainment of combat and training capabilities at both CONUS and OCONUS locations, with a projected five-year ordering period commencing on April 1, 2025. This initiative is critical for maintaining operational readiness and effectiveness of RPA missions, reflecting the government's commitment to enhancing aerial defense capabilities. Interested parties are encouraged to submit questions and clarifications via email to the designated contacts, Mr. Chris Hebert and Ms. Emma Elmore, with the understanding that this DRFP is for review purposes only and does not constitute a formal solicitation.
    Air Defense Capabilities
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative solutions for the development of a rapidly deployable ground-based air surveillance and engagement defense system, aimed at completing the Detect, Track, ID, Defeat (DTID) kill chain against various aerial threats in operational environments. This initiative is part of a two-step solicitation process that will culminate in an Other Transaction (OT) for Prototype, in accordance with 10 USC 4022, highlighting the critical need for advanced air defense capabilities. Interested parties must register on the UNCLASSIFIED Acquisition Research Center (ARC) website by 30 September 2024 to access the solicitation, which is expected to be posted on 23 September 2024. For further inquiries, potential bidders can contact Joanne Vought at joanne.vought@sco.mil or call 703-358-8140.
    Remote Control Unit (RCU) Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the production of Remote Control Units (RCUs) under solicitation number FA8307-24-R-B040. The initiative aims to redesign and produce 888 new Z-ANP RCUs to replace outdated models, with a focus on comprehensive production tasks including documentation, training, maintenance, and logistics, all to be completed within a 36-month timeframe. This procurement is critical for enhancing operational capabilities within the Air Force and Navy, as well as supporting Foreign Military Sales. Proposals are due by 12:00 PM (CST) on October 14, 2024, and interested parties should contact Roberta Wilson at roberta.wilson.1@us.af.mil or Ethan Hardin at ethan.hardin@us.af.mil for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    IFF Transponder Package
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSBs) for the supply of IFF Transponder Packages, which include antennas and associated shipping services. The procurement aims to meet the operational requirements for integration with Group 1 and 2 Unmanned Aircraft Systems (UAS), necessitating specific technical characteristics such as AIMS certification, compatibility with Mode 3/C and ADS-B Out, and adherence to defined physical dimensions and power specifications. This initiative underscores the importance of supporting small businesses in military logistics while ensuring compliance with federal acquisition regulations. Interested parties should refer to solicitation number FA491324Q0004 and contact Oisin Doyle at oisin.doyle.1@us.af.mil for further details, with submissions due by the specified deadlines.