Description Cessna T206H Camera System Configuration Requirement
Classification
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY.
The Federal Bureau of Investigation (FBI) requires a contract to complete the mission system configuration of one Cessna T206H by adding an adapter plate to the existing camera plate, installing a GPS antenna, and installing system display and controllers. The additional plate and equipment installations will allow for the installation of the CityMapper camera system for a Cessna T206H. This is a sources sought notice and request for information (RFI). This is not a formal solicitation. Any formal solicitation will be announced separately at a later time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror or their employees regarding this requirement is strictly prohibited. The purpose of posting this RFI is to identify experienced contractors able to fulfill this requirement.
The summary is as follows:
The contractor will provide add an adapter plate, GPS antenna, and camera display and controllers for a custom airborne imaging system which uses new high-resolution aerial cameras and light detection and radar (LIDAR) laser scanner. Due to the complexity of this camera system display and controllers, the contractor will perform the work in accordance with an FAA-approved Supplemental Type Certificate (STC). An STC is for a specific type of installation or modification on a specific make and model of aircraft.
The FBI is interested in obtaining information from industry. Both large business concerns and all categories of small business are encouraged to respond to this request. The North American Industry Classification System (NAICS) Code anticipated for this requirement is NAICS 488190 Other Supported Activities for Air Transportation and small business size standard in number of employees for the selected NAICS is $35M
Vendors shall address the following 3 components within their submittal:
1. Company Information:
Please provide your
- Unique Entity ID
- Cage Code and SAM.gov registry status
- Large or Small business status (8a, woman-owned, veteran-owned, etc.)
- Point of contact, to include:
- Primary NAICS provided on previous contracts
- Number of years in business
- Past Performance related, relevant and recent to similar projects
2. Requirements/Scope:
See Attached Statement of Work dtd 10 January 2023
Please ensure your response covers, at a minimum, capabilities for all requirements called out in the description.
3. Submission:
The page count not including the cover page should be limited to 25 pages, 12 Times New Roman font, with a minimum of 1-inch margins.
Responses are due no later than 11:00 a.m. CDT, 18 January 2023
Please send your capabilities statements and responses to this RFI via email directly to:
Andrea Dailey, Contract Specialist, [email protected]
Corey Linnen, Contract Specialist, [email protected]
Melissa Golicz, Contracting Officer, [email protected]