DRONE & TRAINING
ID: SPMYM224Q2119Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, 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 is seeking advanced aerial surveillance solutions through a Small Business Set-Aside procurement. The primary goal is to acquire cutting-edge vertical takeoff-and-landing (VTOL) aircraft designed for public safety applications. These drones must be equipped with advanced sensors, camera systems, and real-time data transmission capabilities, enabling efficient emergency response, disaster management, and border security operations.

    The scope of work for vendors includes supplying VTOL craft with specific performance capabilities, as well as their integration, training, maintenance, and lifecycle support. Vendors must also provide data processing software and establish a robust data management infrastructure.

    The procurement also hints at a potential multi-year contract, valued at over $2 million, with key dates outlined in the full Request for Proposal (RFP). The RFP will provide further details on the requirements and expectations for the successful awardee.

    To be eligible, vendors must have a current NIST SP 800-171 assessment, with exemptions for Commercial Off-The-Shelf (COTS) items. Applicants should be prepared to fulfill the requirements and submit signed and completed solicitations via email or fax.

    The evaluation process will assess the aircraft's performance, durability, and reliability, with emphasis on surveillance capabilities. However, technical merit, past performance, and price will also be considered. The submission deadline is 12:00 PM on July 31, 2024, with inspections and deliveries scheduled for July 19, 2024.

    For further clarification or questions, interested parties can contact Jack Edwards at jack.edwards@dla.mil or via phone at 360-813-9577.

    Point(s) of Contact
    JACK EDWARDS
    (360) 813-9577
    (360) 476-4121
    JACK.EDWARDS@DLA.MIL
    Files
    Title
    Posted
    The contents of this file reveal that the focus is on procuring advanced aerial surveillance solutions to enhance public safety and security operations. The primary objective is to acquire cutting-edge technology in the form of vertical-takeoff-and-landing (VTOL) aircraft, specifically designed for public safety applications. These aircraft must be equipped with high-resolution sensors, advanced camera systems, and real-time data transmission capabilities. The VTOL craft are intended to enhance the organization's ability to conduct efficient and effective emergency response, disaster management, and border security operations. The file specifies strict performance requirements, emphasizing the need for a range of up to 5 miles and real-time video transmission. The aircraft must be capable of operating in diverse weather conditions and maintaining stable flight while carrying a payload of specialized surveillance equipment. The agency seeks a comprehensive solution, including aircraft, control systems, and data processing software. Multiple aircraft deployments are mentioned, indicating a potential fleet procurement. The scope of work for vendors encompasses not only the supply of the VTOL craft but also their integration and support throughout the entire system's lifecycle. This includes training, maintenance, and ongoing technical assistance. The work involves establishing a robust infrastructure for data management and ensuring full operational capability. Contract details are somewhat limited, but the file hints at a potential multi-year contract with a total estimated value of over $2 million, suggesting a firm-fixed-price arrangement. The evaluation criteria emphasize the aircraft's performance, durability, and reliability, with particular focus on the effectiveness of the surveillance capabilities in supporting public safety operations. Key dates are not provided but will be outlined in the full RFP document.
    The government seeks to procure two drones, specifically the Flyability Elios 3 Enterprise Package, along with training in operating confined space drones for inspections. These drones must have certain capabilities, including LiDAR, encryption, and the ability to operate without GPS. The focus is on delivering these drones and training to facilitate efficient inspections in confined spaces. Offerors are expected to provide detailed technical descriptions and pricing for these items. Critical dates include a submission deadline of 12:00 PM on July 31, 2024, with inspections and deliveries scheduled for July 19, 2024. Evaluation criteria emphasize technical merit, with past performance and price also considered. Offerors are encouraged to submit multiple proposals with varying terms. This procurement emphasizes the government's need for advanced drone technology and training to enhance its facility and ship space inspections.
    Lifecycle
    Title
    Type
    DRONE & TRAINING
    Currently viewing
    Solicitation
    Similar Opportunities
    RFQ- Skydio Unmanned Aircraft System Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Natick, Massachusetts, is seeking quotations for the procurement of two Skydio X10D Unmanned Aircraft Systems (UAS) equipped with specialized sensors and payload capabilities. This acquisition aims to enhance the Army's operational capabilities through advanced unmanned systems, ensuring compliance with regulations that prohibit the procurement of foreign-made UAS. Interested vendors must submit their quotations electronically by September 18, 2024, with all inquiries directed to Edmund Bousaleh or Alejandro Ayala via email. The contract will be awarded based on the lowest price technically acceptable criteria, and delivery is expected within 3-4 weeks post-order confirmation.
    Small Unmanned Aircraft System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought announcement to identify potential sources for a Small Unmanned Aircraft Survey System. The required system must meet specific characteristics, including compliance with the National Defense Authorization Act (NDAA), autonomous flight capabilities with obstacle avoidance, and advanced imaging features such as a high dynamic range (HDR) camera with 4K resolution. This procurement is crucial for enhancing operational effectiveness in various mission requirements, ensuring adherence to federal regulations. Interested parties must submit their responses by 1:00 PM CST on September 9, 2024, to the primary contacts, Ty Le and Kimberley L. Alvarez, via the provided email addresses, including necessary company information and product literature.
    Brand Name RFQ: Skydio sUAS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking quotes for the procurement of Skydio brand small Unmanned Aircraft Systems (sUAS) under Solicitation Number FA701424Q0065. The contract includes the purchase of 20 Skydio X10 Drone Starter Kits, along with associated transport and controller pouches, and training services, all of which are essential for enhancing operational capabilities within the Air Force. This acquisition is a total small business set-aside, emphasizing compliance with U.S. defense regulations and prohibiting procurement from certain foreign sources due to security concerns. Interested vendors must submit their offers electronically by 2:00 PM Eastern Time on September 11, 2024, to the designated contacts, Capt Richard Snyder and Winston Allen, at their respective email addresses.
    Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight The Department of Defense, specifically the Department of the Air Force, is seeking prototype projects from both traditional and nontraditional defense contractors. The purpose of these projects is to assess the transformative vertical flight market and Vertical Takeoff and Landing (VTOL) technologies. The goal is to establish a collaborative strategy with industry and investors to accelerate the fielding of the most promising technologies for both government and potential commercial use. The focus of this effort is on emerging electric VTOL (eVTOL) and urban/advanced air mobility (UAM/AAM) aircraft, although alternative technologies will also be considered. These aircraft may incorporate non-traditional electric or hybrid propulsion and can be used for manned or optionally manned missions, with various control options such as onboard pilot, remote pilot, or autonomous control. The core technologies of interest include distributed propulsion for vertical flight, potential use of a wing for horizontal flight, augmented flight control systems, and high levels of automation or autonomy. The government aims to test the hypothesis that these aircraft could revolutionize mobility by offering lower maintenance costs, improved safety, affordability, improved acoustics, and greater flexibility compared to other ground and air vehicles. The government is particularly interested in scenarios outside of urban environments that could potentially open a broad public-use market for early government adoption. These aircraft, referred to as ORBs, have the potential to support a variety of missions such as organic resupply for disaster relief, operational readiness, and diverse military and civilian operations. The government may award one or more Other Transactions for Prototype (OTP) agreements based on evaluations and funds availability. The OTP agreements will be negotiated for prototype project delivery, and if successful, may lead to follow-on production agreements. The government is also open to innovative business arrangements or structures that would not be feasible under a traditional contract. This opening is a competitive solicitation that will be continuously open until February 28, 2025. The government reserves the right to award OTPs based on information learned during this offering. Interested parties should regularly check https://beta.sam.gov for new Areas of Interest (AOIs) postings. For full announcement details, please refer to the attachments section.
    SPE4A724R0310 MULTIPLE NSNS / MULTIPLE WEAPON SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a multiple NSNS Indefinite Quantity Contract (IQC) for aircraft maintenance and repair specialized equipment. This procurement involves 43 different National Stock Numbers (NSNs), each evaluated individually. The focus is on obtaining specific aircraft and engine components, along with associated gauges and assemblies, based on the provided part numbers. The scope of work involves the supply of these precise components, with strict adherence to technical specifications and quality standards. Offerors must demonstrate their ability to meet the required delivery timelines and fulfill the specified quantities. This opportunity is open to all eligible contractors, with no restrictions. However, the export-controlled items included in the procurement require contractors to be certified by the DOD to access unclassified data. This certification is obtained through the submission of a DD Form 2345. Funding for this IQC is estimated at $5 million over a five-year base period, with the possibility of extensions. The contract will be awarded based on the evaluation of factors such as delivery timeframes, technical compliance, and cost effectiveness. Interested parties should download the solicitation from the DLA Internet Bid Board System (DIBBS) on or about August 16, 2024. The submission deadline will be outlined in the solicitation document, which will include detailed instructions on the format and any additional requirements. For further clarification or questions, contractors should contact Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Please note that the solicitation will be issued as an unrestricted procurement, and the export of some items may be controlled under the International Traffic in Arms Regulations (ITAR).
    RADOME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of radomes for the MH-47E Chinook Helicopter, specifically NSN: 1560-017181288, Part Number: 202221055-10. This solicitation is for a definite quantity contract for 12 units, with a delivery schedule of 282 days after receipt of order, and is designated as a Total Small Business Set-Aside under NAICS code 336413. The radomes are critical components for the helicopter's operational capabilities, and the procurement will follow a full and open competition after exclusion of certain sources. Interested vendors must submit their proposals by fax to (804) 279-4165 and are encouraged to review the solicitation documents available on the DLA Internet Bid Board System, with the issue date set for September 13, 2024. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    58--drone-mountable Lidar scanning solution
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for a drone-mountable Lidar scanning solution to enhance its capabilities in documenting natural and cultural resources. The required system must be compatible with the Freefly Astro aircraft, capable of capturing high-density data at a range of 200 meters, and achieve a minimum accuracy of 4 cm, with essential features including data processing software and a perpetual software license. This procurement is vital for advancing BLM's geospatial documentation and analysis capabilities, and interested vendors must submit their proposals by September 16, 2024, including all required documentation to Amanda Judd at ajudd@blm.gov.
    SPE4A724R0724 - 1560 - EDGE ASSEMBLY - AIRCRAFT, AWACS, E-3A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 units of the Edge Assembly for the Aircraft AWACS, E-3A, under the presolicitation notice SPE4A724R0724. This procurement is a total small business set-aside and involves the acquisition of specific part numbers from various manufacturers, including The Boeing Company and Aero Components, LLC, highlighting the importance of these components in maintaining operational readiness for military aircraft. Interested vendors should note that the solicitation will be available on or around September 2, 2024, via the DLA Internet Bid Board System (DIBBS), and are encouraged to contact ReKisha Burton or Latrice Brown for further inquiries regarding the procurement process.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    F-16 Fixture Assembly
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking a firm to provide comprehensive packaging and preservation services for the F-16 Fixture Assembly, a complex project involving meticulous standards and specialized equipment. The aim is to ensure the safe transportation and delivery of goods, adhering to military and international regulations. This solicitation focuses on the packaging, marking, and inspection of sensitive materials, including hazardous goods, according to standards such as MIL-STD 2073-1 and MIL-STD 129. The selected contractor will be responsible for developing innovative packaging solutions, ensuring compliance, and reporting any discrepancies. While the SOW emphasizes the meticulous nature of the work, including stringent deadlines, the RFP outlines a rigorous qualification process for vendors, emphasizing the government's focus on precision and compliance. Contractors must meet the detailed specifications outlined in the source selection criteria, with eligibility also dependent on successful facility and capability assessments. Interested parties should submit quotations by September 9, 2024, with compliance and price being key evaluation factors. Note that this opportunity is not a small business set-aside and restricted to qualified sources only. The estimated value of the contract is in the range of several hundred thousand dollars.