Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SPECIAL NOTICE

W -- Market Research - Aerial Supervision Module (ASM)

Notice Date
8/31/2007
 
Notice Type
Special Notice
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Forest Service, National Interagency Fire Center, 3833 S. Development Avenue Jack F. Wilson Bldg., Boise, ID, 83705-5354, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SN-2008-01
 
Response Due
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH AERIAL SUPERVISION MODULES (ASM) Contracting Office: Department of Agriculture, Forest Service, National Interagency Fire Center (NIFC), 3833 South Development Avenue, Boise, ID 83705-5354 NAICS CODE: 532411 Description: The USDA Forest Service is contemplating an upgrade of its aerial supervision fleet of airplanes utilized for initial attack, extended attack, and lead plane functions on wildfires. The purpose of this request for information is to conduct market research to determine if there are commercial airplanes (with or without modifications) available in the marketplace to fulfill the aerial supervision module performance requirements within reasonable pricing parameters, which may ultimately result in the issuance of a solicitation of competitive proposals for the dry lease of approximately 10 airplanes (with a possible increase of up to 20 airplanes), of the same model from a single vendor. The airplanes will be operated by Government employee pilots and fuel for the airplanes will be purchased by the Government. The airplanes will be maintained by the contractor/vendor. The following is a list of the basic minimum requirements needed for aerial platforms to fulfill the aerial supervision mission: - Airplanes must be turbine powered. - Must be equipped with basic Instrument Flight Rules (IFR) equipment as defined by the FAA. - Minimum flight endurance is 4 hours. - Single or Multi-engine. - Certified for Single Pilot by the FAA. - Dual controls. - Avionics: The airplanes must be capable of having the following standard avionics included in the airplanes: Glide Slope/Localizer, Two VHF-AM 760 Channel Communication/Navigation radios, Low Frequency Receiver, Transponder, IFR Approach Certified Global Positioning System, IFR Certified Autopilot, VHF-AM, Three Audio Selection Panels, Traffic Collision Avoidance System (TCAS), Terrain Advisory and Warning System (TAWS), Collision Avoidance System, and Cockpit Voice Recorder. - The ability to add visibility enhancements to make the airplanes highly visible from ground to air and air to air (i.e., color and/or high intensity lighting). - Air Conditioning. - Demonstrated ability to deal with particulates/smoke found in the air environment over fires. - Certificated by the FAA to operate in known icing conditions and to operate in day and night Visual Flight Rules (VFR) and Instrument Flight Rules (IFR). - Meet the Federal Acquisition Act implementation of the Buy American Act and its exceptions for Government acquisition of airplanes. - Airplanes must be in current production or nearing current production; or if not in current production, a minimum of 400 airplanes must have been produced with a production of date not in excess of ten (10) years from the date of the potential date of a new ASM contract award and with no more than 2,000 total airframe time. - Airplanes must have been completely built by the manufacturer, i.e., no kit airplanes. - Minimum Flight Deck capacity of two. - Minimum cruise speed of 230 Knots True Airspeed (KTAS). - Minimum maneuvering speed (Va) of 150 Knots Indicated Airspeed (KIAS). - Maximum stall speed (Vso) of 90 KIAS. - Minimum Single Engine Service Ceiling of 12,500 ft. msl. The airplanes have the potential to be operated at altitudes less than 500 feet above ground level, in mountainous terrain, with the normal turbulence associated with the wildfire environment. Interested parties wishing to participate in this market research may provide relative information and/or brochures for airplanes that meet or exceed the above mission requirements to the following address, by September 14, 2007: USDA Forest Service Contracting National Interagency Fire Center (NIFC) 3833 South Development Avenue Jack Wilson Building Attn: Mrs. Bridgit Downing Boise, ID 83705-5354 In addition to the specific mission capabilities, interested parties are also requested to provide dry lease cost estimates (broken out by lease price per day and lease price per year) for exclusive use airplanes for a three year lease period (2008 through 2010). The submission of information and/or cost estimates does not obligate the Government to purchase, or the interested parties to furnish any airplanes, as the market research and the cost estimates are for planning purposes only. Points of Contact: - Bridgit Downing, Contracting Officer (CO), Phone: 208-387-5279, E-mail: bdowning@fs.fed.us - Scott Curtis, Contracting Officers Representative (COR), Phone: 208-387-5882, E-mail: scurtis@fs.fed.us Place of Performance: For the purpose of this Market Research, a designated base will be Boise, ID (see address below). The ASM Platforms will be utilized nationwide, with potential sites in Missoula, MT, Denver, CO, Albuquerque, NM, Ogden, UT, Redding, CA, Lancaster, CA, Redmond, OR, and Boise, ID. Address: National Interagency Fire Center (NIFC) 3833 South Development Avenue Boise, Idaho Zip Code: 83705-5354 Country: USA
 
Place of Performance
Address: Place of Performance: The ASM Platforms will be utilized nationwide, with potential sites in Missoula, MT, Denver, CO, Albuquerque, NM, Ogden, UT, Redding, CA, Lancaster, CA, Redmond, OR, and Boise, ID., ,
Zip Code: 83705-5354
Country: UNITED STATES
 
Record
SN01391897-W 20070902/070831220410 (fbodaily.com)
 
Source
FedBizOpps 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.