Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOURCES SOUGHT

V -- Aircraft Services to Support the Deployment of the Airborne UV-Dial Ozone Lidar in the New England Air Quality Study

Notice Date
1/26/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
Reference-Number-NRMAL000-4-02010
 
Response Due
2/9/2004
 
Archive Date
2/24/2004
 
Point of Contact
Susan Labovitz, Contract Specialist, Phone (303) 497-7943, Fax (303) 497-3163, - Rhonda Nelson, Procurement Technician, Phone (303) 497-3487, Fax (303) 497-3163,
 
E-Mail Address
susan.labovitz@noaa.gov, Rhonda.Nelson@noaa.gov
 
Description
This is a Market Research, Sources Sought synopsis seeking potential offerors capable of providing an aircraft and crew to support the National Oceanic and Atmospheric Administration's Environmental Technology Laboratory's (NOAA/ETL) participation in the New England Air Quality Study from July 1, 2004 through August 15, 2004 in and around Portsmouth, New Hampshire. ETL will be deploying an airborne UV-DIAL ozone lidar in this study. The UV-DIAL ozone lidar is an instrument that is used to make measurements of ozone concentrations in the lower atmosphere. This instrument uses laser light pulses transmitted in a downward direction from an aircraft to determine the ozone concentration at points from just below the aircraft to points near the ground. The aircraft provided shall be suitably equipped to accommodate the ozone lidar in the field study. The aircraft must be fully ready, with the instrument installed before the study start date of July 1, 2004 for coordination with many other researchers and instruments. (a) The aircraft shall be able to accommodate the following: (1) The cabin of the aircraft shall be of a size to allow the following equipment to fit with adequate room left for operator access to the instrument and clear egress. The system is composed of five units with dimensions of (w x l x h): Laser and Optics Frame - 107 cm x 274 cm x 165 cm (42" x 108" x 65"), Power Distribution Unit - 71 cm x 71 cm x 76 cm (28" x 28" x 30"), Laser Gas Processor - 33 cm x 61 cm x 56 cm (13" x 24" x 22"), Data Acquisition Units 2 @ 102 cm x 69 cm x 114 cm (40" x 27" x 45"). (2) The aircraft shall have a clear opening larger than 56 cm wide x 66 cm long (22" x 26") in the underside of the aircraft located such that the system telescopes can be positioned over the opening and view in a nadir direction. The location of the opening relative to the laser and optics frame is shown in the diagram provided as Attachment 1. The dimensions shown in the attached diagram are absolute minimum values. Additional space should be allowed for access to the instrument. (3) The door to the cabin shall be sufficiently wide and tall and appropriately located to allow installation of the system in a level orientation. (4) Flights may be conducted at altitudes from 1000 m to 4000 m (3000 to 13000 feet) AGL. (5) Flight durations will be approximately 8 hours. There may be up to two flights conducted in a single day and may include nighttime flights. (6) The total weight of the instrument package and operators will be approximately 1000 kg (2200 pounds). (7) The aircraft shall be able to fly at a speed less than or equal to 90 m/s (200 mph). (8) The electrical power available to the instrument shall be at least 150 Amperes of 28 Volts DC. (9) There shall be access to attach a GPS antenna on the aircraft for positioning information gathered by the instrument. (10) The dropsonde system will require a tube to extend through the opening (described above) a short distance to allow the sonde to fall clear of the aircraft. Additionally, a 400 MHz aircraft antenna will need to be mounted on the underside of the aircraft to receive the sonde telemetry. (11) The cabin shall accommodate seats for up to 3 instrument operators on board and provide communications between the instrument operators and flight crew during the flight. (12) The Contractor shall ensure that any aircraft modification required as well as the instrument installation be approved by a FAA Designated Engineering Representative for safety. (13) The aircraft and the installation of the instrument shall be in compliance with all applicable FAA rules and regulations. ___(b) The study shall involve flights conducted during a 4 to 6 week period within the study window from July 1, 2004 through August 15, 2004 with an estimated total of 80 to 120 flight hours. NOAA staff shall coordinate these flights with other research aircraft that will be operating in the study. It is desirable that the Contractor be flexible to accommodate an extension to the schedule if required due to unfavorable weather conditions. The aircraft operations of this study are expected to be based at Pease International Airport (PSM) in Portsmouth, NH.___(c) The installation of the instrument before the study and removal of the instrument at the end of the study shall be done by the Contractor and NOAA personnel at a site mutually agreed upon.___(d) The transportation of the aircraft with instrument and crew to Portsmouth, NH shall be provided by the Contractor.___(e) The flight paths and times shall be coordinated with the other aircraft participating in the study and will be determined on site on a day by day basis by the study coordinators. ___(f) The Contractor shall work with the larger study group in connection with planning and interaction with the FAA and any other applicable authorities.___(g) The researchers should have access to the aircraft at non-flight times in order to work on the lidar equipment as necessary. .This is not a Request for Proposal (RFP), Invitation for Bid (IFB) or an announcement of a solicitation. NO SOLICITATION IS AVAILABLE AT THIS TIME. Contract award is planned for the 3rd Quarter of FY04. Pricing will be negotiated in accordance with FAR Part 15. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Interested parties shall provide the Government with 1) Name of Company - include a contact person's name, telephone number, and email address; (2) Company Address; (3) Size of business (The small business definition for the contract is 6 million dollars. The North American Industrial Classification System (NAICS) Code is 481219); (4) A statement that the contractor has availability during the study dates; (5) A statement that the contractor has an aircraft that can accommodate the requirements listed above and that the aircraft has an 8 hour flight endurance; and (6) A description of previous experience with scientific research flights. Firms interested in performing this requirement must reply to this RFI by Monday, February 9, 2004, addressing the elements above. Replies may be electronic to susan.labovitz@noaa.gov or by fax to the attention of Susan Labovitz to fax number 303-497-3163. Requests for other pertinent information may be addressed to Susan Labovitz at 303-497-7943. Point of contract e-mail address is susan.labovitz@noaa.gov.
 
Place of Performance
Address: Pease International Airport, Portsmouth, New Hampshire
Zip Code: 03801
Country: United States
 
Record
SN00509941-W 20040128/040126211716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.