Inactive
Notice ID:W913E519R8002
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis t...
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to Aeryon Defense, Inc. upon the basis of the authority provided at FAR 13.106-1(b). ERDC-CRREL has a requirement to procure a two (2) R80D SkyRaider Mission Kits - Unmanned Aircraft System (UAS) equipped with HD30x zoom RGB and EO/IR payloads designed to provide situational awareness to convoy commanders in urban environments. The system must entail the following specifications: a) Aircraft Specifications: 2 interchangeable platforms in package • Width: 31.5 in wide (80cm) • Height: 13.5 in high (34cm) • Aircraft Weight: 9.9lbs (4.5kg)- airframe, arms, legs, 4 batteries, no payload • Standard Pack: 1837lbs (8.5kg)- aircraft, base station, HDZoom 30 • Payload Capacity: 4.4 lbs. (2.0kg) • Endurance: 30- 45 mins • Payload: HDZoom 30 EO or EO/IR MK-II • Supplemental ISR: Forward EO/IR • Wind Tolerance: 43mph sustained, 56mph gusting • Frequency Configuration: 900 MHZ + 5.8 GHz • Encryption: AES 256 (military grade encryption) • Video Metadata: Embedded STANAG 4609 KLV Metadata • Onboard processing: 2 NVIDIA TX2 proessors b) Sony DSC-QX30 HDZoom 30 • Shutter: Mechanical • Image Stills: 20MP • Zoom: 30x optical, 60x digital • FOV: 68.6° to 2.6° • Video Resolution: 1080p60 H.264 HD Recorded • Video Metadata: Embedded STANAG 4609 KLV Metal data • Environmental Tolerance: all weather operations, IP-53 compliant c) Sony FCB_MA132 + FLIR TAU2 • Image Stills: EO (1.6 MP); IR • Video Metadata: Embedded STANAG 4609 KLV Metal data • 3-axis gimbal • Environmental Tolerance: all weather operations, IP-53 compliant d) Payload Control Station • Toughpad Tablet • Payload control software • Ability to control multiple UAS with one GCS e) Operations Specifications: • Capability to operate in GPS-denied environments • MIMO antennas for maximum throughput & multi-stage failover technology • 60x digital zoom or 30x optical zoom or high-fidelity daylight and thermal imagery • Ability to integrate various developmental payloads • ID up to 10 moving objects • Track targets • Calculate target geolocation, heading and speed • Provides 2 UAS systems that can operate from 1 GCS • 30-45min flight time in multi rotor system • AES 256-bit encryption • Ability to place detection algorithms on the onboard computer f) Warranty - One (1) year g) Technical Support - One (1) year to include software and diagnostic services, assistance, upgrades Aeryon Defense USA, Inc. was identified as the only source reasonably available to provide an UAS platform that has the capability of extended range flights, vertical take-off and landing capabilities, rapid and easy deployment in field operations, ability to track and ID moving targets, integration into current system architecture, ability to provide onboard computing, swarming capability, and encrypted data communications all in accordance with the Government's specifications. This is a non-commercial item. The associated North American Industry Classification System (NAICS) code is 336411, which has a size standard of 1,500 employees. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 09:00 AM CST, 2 July 2019 to kim.d.roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.