1. Aircraft must be able to calibrate gyros prior to each flight at sea on a moving platform.
2. Aircraft must be able to track location of APH-22 ground station and return to that position when "come home" is activated.
3. Aircraft must have six motors for propulsion.
4. Aircraft electronics must be integrated with APH-22 system and be able to communicate video, telemetry and system control status to AHP-22 ground station.
5. Aircraft must be water proof on lower surface and water resistant on upper surface and boards must be coated to protect against exposure to water or heavy mist.
6. Aircraft must communicate live video to ground station for targeting.
7. Aircraft navigation controller must be capable of flying waypoints up to 3000 m from launch site.
8. Aircraft must have demonstrated capability of being successfully launched and recovered from a small boat.
Fully assembled and configured hexacopter with:
o 2.4GHz spread spectrum radio control receiver
o Standard FPS waypoint navigation
o Fixed vertical camera mount for GoPro camera
o 5.8 GHz video downlink
o 910 MHz telemetry downlink
.
Aerial Imaging Solutions (AIS) is the only vendor that has a Hexacopter that can be integrated with our existing APH-22 system.
The North American Industry Classification System Code (NAICS) of this procurement is 334419 with a small business size standard of 500 employees. The Government intends to negotiate a firm fixed price contract. Aerial Imaging Solutions (AIS) is the only known manufacturer that can provide the aircraft that can be integrated with the existing equipment, APH-22 system.
This notice represents the only official notice.
This notice of intent is not a request for competitive proposals and no solicitation package is available. However, firms that believe they can provide this service that meets the Government's requirements may submit substantial documentation in writing to the identified point of contract within 15 days will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Responses must be faxed to Pamela G. Jones, at (858)546-7003, or provide by e-mail, [email protected].