This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0089 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. This solicitation will be a 100% Total Small Business Set-Aside. he associated NAICS code is 336411, Aircraft Manufacturing, with a small business size standard of 1,500 employees and the PSC code is 1550.
The Department of Agriculture (ARS) has the need for the following products:
001) Small UAS Drone with Custom Gimble Mount System
Scope of Work:
The USDA-ARS Soil Management Research Unit in Morris, MN location is requesting quotes for a small unmanned aircraft system (sUAS drone).
Background:
The drone will be used to collect multispectral image data for the Long-Term Agroecosystems Research (LTAR) project and for plot-scale research at the Swan Lake Research Farm.
Technical Requirements:
The system should include the following minimum specifications:
Note: NO products manufactured in China are acceptable (purchase of Chinese drones for Government use is now prohibited). Quoted products should be USA Manufactured if at all possible.
Evaluation Factors:
Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor’s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation.
Key Deliverables:
Delivery:
Delivery to be made to 803 Iowa Avenue, Morris, MN 56267 within 30 days of award.
The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Morris, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Submitting a Quote:
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Vendor must also include their DUNS# on their quote.
Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to [email protected] so that they can be added to the list of NDAA 889 Certified vendors.
The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract.
Offerors responding to this announcement shall submit their quote on SF 1449 (see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.
Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to [email protected] by no later than Friday, September 10, 2021 at 5:00 PM Central Standard Time.
Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than 5:00 PM CST on Monday, September 6, 2021. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.