Unmanned Aircraft Systems
ID: W9127Q25QA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NH USPFO ACTIVITY MS ARNGFLOWOOD, MS, 39232-8861, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 7, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Unmanned Aerial Systems (UAS) to support the Mississippi Army National Guard (MSARNG) following the divestment of the RQ-7 Shadow. The requirement includes the acquisition of six ANAFI USA MIL KIT drones, which must meet specific operational parameters, including infrared capabilities, advanced encryption standards, and compliance with the Defense Innovation Unit's UAS Blue List. This procurement is critical for enhancing reconnaissance and intelligence operations within the Army, ensuring that the systems are reliable and versatile for military applications. Interested small businesses must submit their quotes by 4:00 PM CDT on January 7, 2025, and direct any questions to Tina Williams or Amber N. Young via the provided email addresses.

Files
Title
Posted
Jan 2, 2025, 8:06 PM UTC
The document outlines the requirements for the procurement of a Small Unmanned Aircraft System (SUAS) intended for reconnaissance support by the Army. The SUAS must be a non-weaponized, multirotor device weighing under 20 pounds, tailored for short-range reconnaissance and intelligence, surveillance, and reconnaissance (ISR) operations. It is required to possess infrared/thermal capabilities and meet compliance with the Defense Innovation Unit's UAS Blue List, as well as the National Defense Authorization Act (NDAA) and Trade Agreements Act (TAA). Key specifications include at least thirty minutes of operational endurance when equipped with a payload, advanced encryption standards for security, and compatibility with Tactical Open Government Architecture (TOGA). The procurement kit should contain various essential accessories, including smart batteries, USB chargers, and a hard case. Additionally, the SUAS must offer encrypted radio communication and achieve an IP53 certification, ensuring resilience against dust and rain. These criteria highlight the Army's focus on acquiring a reliable, compliant, and versatile reconnaissance solution to enhance its operational capabilities.
Jan 2, 2025, 8:06 PM UTC
The document outlines the solicitation for a federal contract, W9127Q25Q0003, specifying numerous clauses and regulations that govern the procurement process. Key topics include compliance requirements for contractors regarding confidentiality agreements, reporting of executive compensation, and unique item identification for supplies delivered to the Department of Defense (DoD). The contract emphasizes small business program participation, restrictions on employing certain foreign telecommunications services, and mandates addressing child labor and trafficking in persons. Critical clauses incorporated include instruction to offerors, evaluation criteria, and contract terms aligned with the Federal Acquisition Regulation (FAR). The contractor's obligations also encompass the electronic submission of payment requests using the Wide Area Workflow (WAWF) system and reporting details on unique item identifiers for items delivered. This solicitation aims to ensure transparency, promote equitable business practices, and maintain accountability in defense procurement while safeguarding federal interests and compliance with applicable laws and regulations.
Jan 2, 2025, 8:06 PM UTC
The document presents the Q&A for the government Request for Proposals (RFP) W9127Q25QA003 concerning Unmanned Aircraft Systems (UAS). It clarifies several critical aspects of the proposal submission process. Notably, there are no standard formats or templates required for submissions. Proposal evaluation will weigh technical capability and past performance equally with price. There are no mandatory reporting or audit requirements specified during or after the contract period. Furthermore, products must be listed on the DIU UAS Blue List to be considered, and while alternative platforms may be acceptable, they must meet or exceed the solicitation's specifications. This document serves as a guidance tool for potential contractors, highlighting the stipulations and requirements necessary for successful bidding on this government contract for UAS.
Lifecycle
Title
Type
Unmanned Aircraft Systems
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
UAS GP RADAR, MOUNT & ACCESSORIES
Buyer not available
The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking quotes for a Ground Penetrating Radar (GPR) system to be mounted on an Alta X uncrewed aerial system (UAS) for environmental data collection in remote areas of the Upper Mississippi River. This procurement aims to enhance existing data collection techniques by providing a specialized GPR unit that meets specific technical specifications and performance criteria outlined in the solicitation. The initiative reflects the government's commitment to advancing technological capabilities for scientific research, particularly in environmental monitoring. Interested vendors must submit their detailed quotes by the specified deadline, and all inquiries should be directed to Travis Herberholz at therberholz@usgs.gov.
Pre-Solicitation Synopsis for the Overhaul of the Data Acquisition Unit
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the Data Acquisition Unit, a critical component in flight instrumentation. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 12 to 57 units, including a Foreign Military Sales quantity of 9 units. This procurement will be executed as a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, and interested parties must have the capability to procure proprietary data from approved sources, namely Sikorsky Aircraft Corporation or Hamilton Sundstrand Corporation. Proposals must be submitted via email to Pamela Pritchard at pamela.n.pritchard.civ@army.mil, and the procurement is currently unfunded, with the award contingent upon the availability of funds.
Solicitation_Enhanced Parachutist Drop Bag
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Enhanced Parachutist Drop Bags under Solicitation W912CH-24-Q-0027. This opportunity has transitioned from a five-year indefinite delivery indefinite quantity (IDIQ) contract to a one-time purchase of 500 units, emphasizing the need for compliance with federal acquisition regulations and quality standards. The Enhanced Parachutist Drop Bags are critical for military operations, ensuring effective aerial delivery and recovery systems. Interested small businesses must submit their proposals by May 6, 2025, at 3:30 PM EST, and can direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
AN/PVS-14 Night Vision Device
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking proposals from qualified small businesses for the procurement of 230 AN/PVS-14 Night Vision Devices (NVDs) as part of a Foreign Military Sales (FMS) case for the Mexican military. The devices must meet stringent military standards, including operational features such as water resistance, battery life, and image quality, while also adhering to item unique identification (IUID) marking requirements and ensuring safety from toxic exposure. This procurement is critical for enhancing the operational capabilities of the Mexican military, and interested vendors must submit their proposals by Noon EDT on May 12, 2025, to the designated contacts, Thien-Trang T. Tran and Lonny J. Matesky, via email.
RFQ for Miscellaneous Polaris D4 (MRZR) Parts and Accessories
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for miscellaneous parts and accessories for Polaris MRZR D4 tactical vehicles, which are essential for ground missions and can be air-dropped. The procurement includes items such as tires, batteries, 5W solar chargers, and MRZR service kits, all of which must meet specific performance specifications and compatibility requirements. This initiative underscores the importance of maintaining operational readiness and sustainability for military vehicles. Interested small businesses must submit their quotes by April 17, 2025, and direct any questions to Matthew Hackett at matthew.hackett.1@us.af.mil or Jonathan Turk at jonathan.turk@us.af.mil.
DELUGE PACKAGE SYSTEM
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Complete Ultra High-Speed Deluge Package System to be delivered to the McAlester Army Ammunition Plant in Oklahoma. This procurement requires brand-name products from De-Tronics, with no substitutions allowed, and includes various components such as high-speed deluge systems, power distribution enclosures, flame detectors, and safety system software. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal procurement. Interested contractors must submit their bids via email by April 15, 2025, at 10:00 AM, and should direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil.
GUNNER PACK KIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 354 units of the GUNNER PACK KIT, identified by NSN 1095-016795480, with the requirement to ship to Texarkana, Texas. This solicitation is aimed at acquiring a commercial item from MMI Outdoor Inc. (Cage 1U7D0) and is governed by the policies in FAR Part 12, emphasizing the importance of timely delivery within 170 days and adherence to FOB Origin terms. Interested suppliers are encouraged to express their interest and capability within 15 days of this notice, with proposals evaluated based on price, past performance, and delivery, and must be submitted via DIBBS or email to Jennifer L. Payne at Jennifer.Payne@dla.mil. The solicitation is expected to be available online starting April 25, 2025, and interested parties should prepare for potential participation in an online Reverse Auction for price discussions.
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
Buyer not available
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.
Camera System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a camera system through a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses under the SBA guidelines and falls within the NAICS code 334310, which pertains to Audio and Video Equipment Manufacturing. The camera system is essential for various military applications, enhancing operational capabilities in video recording and reproducing. Interested vendors can reach out to Karen Zahn at karen.l.zahn.civ@army.mil or call 928-328-2008 for further details regarding the submission process and any inquiries related to the opportunity.
Ninja System Support, maintenance and extended warranty
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide support, maintenance, and extended warranty services for the Ninja Counter Small Unmanned Aerial Systems at Patrick Air Force Base in Florida. The procurement aims to secure 24/7 technical support and maintenance, ensuring compliance with military and federal standards, including Information Assurance and accessibility requirements. This initiative is crucial for maintaining operational readiness and effectiveness of the systems in countering unmanned aerial threats. Interested parties must submit their capabilities packages in PDF format by April 14, 2025, at 9 AM EST, and can direct inquiries to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil.