Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

R -- Flight Services

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Rtp Procurement Operations Division, 109 T W Alexander Drive, Rtp, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-04-00172
 
Response Due
6/29/2004
 
Archive Date
7/29/2004
 
Point of Contact
Point of Contact, Robin Harris, Purchasing Agent, Phone (919) 541-0955
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(harris.robin@epa.gov)
 
Description
NAICS Code: 481219 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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. This solicitation is a TOTAL SMALL BUSINESS Set Aside. The North American Industry Classification System (NAICS) Code is 481219-Aircraft Charter Service and the small business size standard is $6 million. The solicitation number is RFQ-RT-04-00172, and the solicitation is being issued as a Request for Proposal. (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. A firm, fixed-price purchase order with not-to-exceed line items is anticipated to result from the award of this solicitation consisting of a twelve month base period and two twelve month options. This procurement is for flight services in support of a remote sensing program along Connecticut, Rhode Island and southern Massachusetts shores. 1.0 Background. The U.S. EPA's National Health and Environmental Effects Research Laboratory- Atlantic Ecology Division (AED) in Narragansett, Rhode Island has embarked on a multi-year research program aimed at developing empirical nitrogen load-response models for embayments in southern New England. This is part of a national effort to develop nutrient load-response models for coastal systems under the Aquatic Stressors framework. The national program is developing these models with water quality indicators related to hypoxia, food web change, and Submerged AquaticVegetation loss. In support of the research program, AED is making measurements along the Connecticut, Rhode Island and southern Massachusetts coastlines. Food web change is being assessed using remotely sensed estimates of chlorophyll a as a biomass indicator for phytoplankton. The field techniques and data used for the research program will be adapted and transferred to coastal environmental managers to aid in the development and implementation of nitrogen water quality standards for coastal marine systems. 2.0 Scope or Objective Statement. The U.S. Environmental Protection Agency (EPA) requires contractor support to provide survey flights for approximately 30 estuarine systems along the southern New England coastline from Greenwich, Connecticut - Cape Cod, Massachusetts in support of remote sensing to monitor concentrations of chlorophyll a using multispectral data. The contractor shall provide the necessary equipment, personnel, services, materials, except as otherwise specified, and all other resources required to perform the functions described below. The Government will supply a list of coastal systems to be surveyed as well as the location and navigation information needed to survey each estuarine system upon purchase order award. 3.0 Technical Requirements/Task Descriptions. 3.1 Installation of multispectral remote sensing system and aircraft modification. 3.1a. The Contractor shall fabricate three mounting brackets for multispectral sensors, install the MicroSAS multispectral system, and construct a means to power the sensors using onboard electrical power. This equipment shall be removed and returned to the Government upon completion. 1. The mounting brackets shall be constructed of lightweight aluminum and built to accommodate the following physical and electrical characteristics: Shape: Circular; Diameter: 63.5 mm (2.5 in.); Length: 126 mm (5 in.); Weight: 425 g (13.6 oz); Voltage: +6-+16 Vdc. 3.1b. The Contractor shall install three sensor mounting brackets according to EPA specifications as follows: Bracket #1: Sky radiance sensor. The sky radiance sensor bracket shall be installed in the roof of the aircraft in a manner to allow the sensor detectors to look upward at the sky at an angle of 90o from the horizontal. Bracket #2: Sky irradiance sensor. The sky irradiance sensor shall be installed in the roof of the aircraft next to the sky radiance sensor in a manner to allow the sensor detectors to look upward at the sky at an angle of 90o from the horizontal. The separation distance between the two sensors shall be approximately 1 meter (3 ft). Bracket #3: Total radiance sensor. The total radiance sensor shall be installed in the floor of the aircraft, facing the tail section, in a manner to allow the sensor detectors to look downward to earth's surface at an angle of 50o from the horizontal. At the completion of Task 3.1, the contractor shall conduct two test flights for quality assurance purposes. These test flights will involve a survey of estuaries within the study area with the EPA Project Officer onboard. The study area is approximately 30 estuarine systems along the southern New England coastline from Greenwich, Connecticut - Cape Cod, Massachusetts. 3.2. Preflight Requirements. 3.2a. The contractor shall supply a High Wing Twin Engine aircraft (i.e, Cessna Skymaster) modified to carry the MicroSAS multispectral system. Aircraft shall be equipped with: 1. Global Positioning Satellite (GPS) navigation with RS-232 output. Must be compatible with SATview software. 2. Emergency Position Indicating Radio Beacon unit (EPIRB) for the aircraft. 3. VHF Marine Radio wired to intercom for communication purposes. 4. Life raft with required survival equipment sufficient to accommodate all onboard the aircraft. 5. Personal floatation and personal EPRIB devices for all onboard the aircraft. 6. a table for laptop use while in flight. 3.2b. The contractor shall ensure that appropriate safety plans are in effect which meet applicable OSHA, FAA and environmental compliance guidelines. 3.3. Flight surveys along the southern New England shoreline. The contractor shall provide flight service for the estimation of chlorophyll a concentrations as defined in the following paragraphs. 3.3a. General Flight Services. The contractor shall conduct a total of 24 flights. Flights shall be conducted over the study areas between 8:00 AM and 2:00 PM EST (or DST). Flights shall be at an altitude of 1000 feet, an airspeed of 100 knots, and along the center of each estuary. Flights shall be accomplished in approximately 6 hours. Flights shall be conducted under safe and optimal survey conditions. Optimal survey conditions are defined as: Winds less than 15 knots at the time of takeoff; Sea state less than three (3) feet; Clear weather conditions (visibility 3-5+ miles) and Visual Flight Rule flight regulations; Uniform blue sky (occasional fair weather clouds (e.g., Cumulus clouds) are acceptable). The EPA Project Officer will consult with the aircraft commander 48 hours prior to a scheduled take-off to confer about flight status. The EPA Project Officer will have the ability to call-off a scheduled flight based on scientific and technical reasons. The aircraft commander shall have the ability to call-off a scheduled flight based on weather and mechanical reasons. In the event of weather cancellations, the contractor shall discuss with the EPA Project Officer rescheduling the survey date. In most cases, these discussions shall occur prior to takeoff by telephone or email. 3.3b. Survey Areas and Equipment The contractor shall fly Government furnished equipment (GFE) over study areas as illustrated in EPA-supplied nautical charts with flight lines (approximately 25). During flights, the contractor will collect GPS navigation data and spectral measurements of estuarine and coastal waters using government furnished remote sensing equipment. The GFE and nautical charts will be delivered to the contractor by the EPA Project Officer within one week of the time of award. 3.3c. Data Collection. At the end of each flight, the contractor shall download data acquired during the survey from the GFE laptop to a compact disk (CD) using software supplied on the laptop. The contractor shall deliver, via overnight delivery service, data collected on CD to the EPA Project Officer the day after each flight. The EPA will provide CDs, plastic CD protection cases and FedEx labels for data collection and delivery. 3.3d. Data Quality Assurance. Four of the 24 flights, the Project Officer will fly with the contractor to quality assure data collection and survey activities. Flight services shall include the pick up and return of EPA Project Officer, at a designated airport, for the purpose of observing data collection during a survey and providing quality assurance oversight. Pick up/delivery points are Quonset State Airport in North Kingstown, RI or Westerly (RI) State Airport. The EPA Project Officer will determine the appropriate pick-up/discharge point. The EPA Project Officer will arrange these flight services with the contractor no less that 2 days prior to the flight. It is estimated that the pick up and delivery of EPA personnel will add no more than two additional hours to the estimated survey time. If the contractor has flown from their base of operations to pick up EPA scientists during a survey and weather conditions prevent data collection, the contractor and EPA personnel shall wait one hour before cancelling the survey and data collection. In this instance, the Government will compensate the contractor for the actual cost incurred. 4.0 Deliverables. After each flight, a compact disk (CD) shall be delivered, via overnight delivery service, to the EPA Project Officer. Return of all Government Furnished Equipment upon completion. 5.0 Invoicing/Special reporting requirements. Invoicing shall be submitted upon completion of a service or per flight basis. The contractor shall only invoice for actual cost incurred. The contractor shall send invoices to the EPA Project Officer and the EPA Finance Office. The invoices shall include the date the service was performed, number of hours billed, travel costs, and weather delays. Each will be listed separately on the invoice. 6.0 Quality Assurance. The Government shall provide existing quality assurance procedures and SOP's relative to the functions and operation of EPA's remote sensing program upon purchase order award. These QA procedures/SOP's shall include, but not be limited to, the following: 1) data collection; and 2) data processing procedures. The Agency-wide quality assurance (QA) policy stipulates that every monitoring and measurement project task shall have a written and approved QA Project Plan that presents the policies, organizational structure, objectives, functional activities, and specific QA and quality control (QC) activities designed to achieve the data quality objectives (DQO's) of a specific project. An EPA approved QA Project Plan for this project will be supplied to the contractor upon purchase order award. QA requirements can be found at the EPA website located at http://www.epa.gov/oam/rtp_cmd/ in the "Forms" section at the bottom of the page. Proposal Instructions and Evaluation Criteria: The Government intends to award a single purchase order to the responsible offeror whose technically acceptable proposal represents the 'best value' to the Government. For this requirement best-value will be determined based on ability to perform the statement of work, personnel, past performance and price. The following is a description of each evaluation criterion, including information which must be included with initial proposals. A. Demonstrated Approach to Performing All of the Technical Requirements of the Statement of Work: by addressing each task description in detail. B. Demonstrated Ability of the Proposed Personnel to meet the Requirements of the SOW: The pilot and aircraft mechanic assigned to this contract must be FAA certified/licensed and have completed emergency egress and sea survival training courses. C. Past Performance: Proposals shall be evaluated on performance under existing and prior contracts/subcontracts/orders for flight services similar to that described in the Statement of Work. For each project/contract/order, offerors must include in their proposal: (1) a list of contracts performed within the last three (3) years; (2) brief synopsis which includes the date the work was performed and the client for whom the work was performed (include client name and telephone number). The Government's evaluation shall focus on the quality of service and level of customer satisfaction. D. Price: The offeror shall propose a fixed hourly rate for each line item in accordance with pricing schedule found at the EPA website. The contractor will be reimbursed based on actual time incurred. Special Instructions: 1. The modifications described in Task 3.1 shall be made only by an FAA licensed mechanic. 2. The contractor shall supply evidence (i.e., certification) that the pilot and aircraft mechanic assigned to this contract are FAA certified/licensed at time of proposal submission. The contractor shall be in conformance with all applicable state and federal regulations regarding the proper use and disposal of hazardous materials used or generated as a result of work performed under this contract. The pilot shall have attended and passed an emergency egress and sea survival training course. This training shall include: A certified program designed to provide aircraft crew traveling over water with the knowledge and skills necessary to react to an aircraft-ditching emergency, care for themselves in a sea survival situation, and to participate to the maximum extent in their rescue. Specifically, this training shall cover: Hazards to aircraft and personnel during over water operations; Safety and survival equipment requirements and utilization; Pre-ditching considerations and procedures; Survival and rescue water skills; Underwater escape training using simulators in water; Emergency ditching and evacuation procedures; Smoke in the cockpit/cabin; Upright emergency evacuation; Fire fighting in the cabin/cockpit; Rescue/recovery at sea simulation. During each survey, the pilot shall wear the following minimum personal safety equipment/gear: 1. Fire resistant or NOMEX Flight Suit; 2. FAA Survival vest that includes at a minimum: Strobe light; Rescue Streamer or Sea Dye Marker; Combo-edge Knife; Personal Locator Beacon (PLB) with built in GPS. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -Commercial Items. The following FAR clause applies to this acquisition: 28.307-2 Liability; 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52,225-1, Buy American Act, 52.225-3, Buy American Act--North American Free Trade Agreement, 52.232-34, Payment by Electronic Fund Transfer-Central Contractor Registration. Offerors should review any other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Please submit two copies of the technical and price proposal to U.S. Environmental Protection Agency, RTP Procurement Operations Division (E105-02), Attn: Robin S. Harris, Contract Specialist, Research Triangle Park, NC 27711. The courier delivery address is U.S. Environmental Protection Agency, Attn: Robin S. Harris (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by June 29, 2004, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
 
Record
SN00592362-W 20040527/040525212636 (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  © 1994-2020, Loren Data Corp.