W911SD24R0104 – Sources Sought – Harris H6-E Hexacopter sUAS with RANGER UAV LITE LiDAR Sensor- West Point FY24

Apr 17, 2024 | Sources Sought

SOURCES SOUGHT

This is a Sources Sought Notice ONLY.  This notice is intended strictly,

for market research. The U.S. Government has a requirement for West Point Military Academy for Brand Name or Equal to Harris H6-E Hexacopter UAS Package and Ranger UAV Lite LiDAR Sensor for the Department of Geography and Environmental Engineering.  A small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.  Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.  We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government wide Point of Entry.  It is the responsibility of potential offerors to monitor the government wide Point of Entry for additional information pertaining to this requirement. 

The anticipated NAICS code(s) is 33411 – Electronic Computer Manufacturing g Services size standard is 1550 employees.

A need is anticipated to procure (QTY=1) Harris H6-E Hexacopter sUAS with RANGER UAV LITE LiDAR Sensor package listed below.

Specification:

Ranger UAV LITE w/ IMU-30 + A6K-Lite Aluminum – System –

Accessory Kit for RANGER-LITE, RANGER-ULTRA, and RANGER-XL LITE

Harris Aerial H6-E Black Herelink Bundle

Harris Aerial Integration Kit

Ground Mount Roof Rack V2 – Vehicle Mounting System – Aluminum

Ground Mount Roof Rack GNSS Antenna Kit

SpatialExplorer Perpetual License

SpatialRover License

SpatialPro Perpetual License

NavLab Embedded Perpetual License

Calibration

Aerial Acquisition Training

Intro to SpatialExplorer

SpatialExplorer Professional

HARRIS AERIAL Two-Day Training

Mobile Acquisition Training Add-on

1 year extension to PLS CARE

PLS CARE Annual Subscription

Basic UAV Acquisition LiDAR Training

In response to this sources sought, please provide:

1.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB,GSA, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 

4. Information to help determine if the Harris H6-E Hexacopter UAS Package and Ranger UAV Lite LiDAR Sensor requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, please indicate this in your response.  Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

8. Please send all responses by Monday, 23 April 2024 at 1400 to the MICC Purchasing Agent, Sonya Van Valkenburg, at [email protected] 845-938-8179, and be sure to include the Sources Sought Notice W911SD-24-R-0104 in your email subject line to prevent your reply from being deleted as SPAM.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.