Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOURCES SOUGHT

V -- Light and Medium-Lift, Fixed-Wing Flight Services Supporting Polar Research - Package #1

Notice Date
7/16/2010
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
 
ZIP Code
22230
 
Solicitation Number
DACS10P2189
 
Archive Date
8/15/2010
 
Point of Contact
Pamela Franzel,
 
E-Mail Address
pfranzel@nsf.gov
(pfranzel@nsf.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only. The National Science Foundation is seeking sources for light and medium-lift, fixed-wing flight services from ski-equipped twin-engine aircraft to support its polar research programs (i.e., the United States Antarctic Program (USAP), and the National Science Foundation's Arctic Program.) The USAP is the national program of scientific research in Antarctica and includes the activities of NSF and other U.S. Government agencies. In the Arctic, NSF is one of many U.S. Government agencies conducting scientific research in that area. NSF-sponsored researchers routinely conduct Arctic research activities in Alaska, Canada, Greenland, Russia, and within Scandinavia, often in cooperation with institutions and researchers from those countries and regions. In the Antarctic, operations will be staged primarily from McMurdo Station, Antarctica, employing a "hub-and-spoke" operational plan. It is anticipated the contractor will deploy/redeploy its aircraft annually; however, it is not a government requirement. All coordination (including country clearances and fuel) for deployment to and redeployment from Antarctica will be the responsibility of the contractor. Annual aircraft usage is approximately twelve hundred flight hours over a ninety-four day exclusive use period, generally from early November through early February of the following year. Flights to and from U.S. and other national program bases, field camps, and/or various research stations within Antarctica should be anticipated. Search and Rescue (SAR) missions and remote operations for extended periods from locations other than McMurdo Station are also required. Field operations (900 nm or more) may require aircraft and crew to base out of remote locations (camps) for weeks at a time in adverse weather conditions and at high altitudes. The contractor must be prepared to "camp" as part of a daily routine. The contractor will provide fully contractor operated and maintained flight services consisting of a minimum of two light utility twin engine airplanes and a minimum of two twin engine medium utility airplanes, including full spares package and field equipment (e.g., cargo nets, tie-down straps, tool kit, and survival kit, and other consumables). The Government will supply berthing, meals, fuel, ground power, and certain ground support equipment such as Herman-Nelson style heaters. Contractors are encouraged to supply their own tie-down equipment. The Government has no hangar facilities in Antarctica and aircraft will be exposed to the elements for the duration of their deployment. The government's prime Antarctic support contractor schedules and coordinates daily flight schedules and the aviation services contractor must coordinate closely with the prime contractor on a daily basis in the execution of the flight schedule. In the Arctic, flight services requirements are intermittent, and may be required at any time of the year. Services are occasionally required in Alaska, but the most concentrated effort is support of ocean sampling sites in a broad region between the Canadian Forces Station Alert and the North Pole. This work occurs for several weeks duration between March and May of each year and involves transportation of science teams and their equipment between sea ice field sites. In Greenland, the work occurs throughout the year but mostly between May and August and involves ferrying field teams to and around the Greenland Ice Cap. The contractor will provide all labor, aircraft and field equipment, materials, fuel, supplies, and consumables. Approximately 150 flight hours annually are anticipated. As noted, the primary role for both the light and medium utility aircraft in both theaters of operation will be for "utility" transportation services, e.g., ferrying personnel and materials to remote, often unprepared, field locations. However, in the Antarctic, the USAP requires that one or more of the aircraft be configured as ‘science' aircraft, to support various USAP science projects throughout Antarctica. The ‘science' aircraft will likely require outfitting with camera pods, a nadir port, wing hard-points and in-wing cable raceways to allow the aircraft to be used for filming and remote sensing activities to include: aerogeophysical surveys, aerial photography, LIDAR and remote digital mapping, and operation of ice-penetrating radar systems. An additional special requirement will be the ability to fly a towed (cable-deployed) or wing-tip magnetometer for aeromagnetic surveys. Modifications to the contract aircraft are routine so the contractor must have the engineering expertise to provide additional modifications to the aircraft. The installation of any required equipment must be FAA-approved. The contractor must comply with all laws and regulations, and otherwise have or obtain all needed licenses, permits, and certifications, including those necessary for the carriage of persons or property for hire within the United States, Canada, and Greenland for the duration of the contract. The contractor must hold a current Federal Aviation Administration (FAA) Air Carrier Certificate or foreign equivalent. The contractor's Operations Specifications shall authorize operation of the category and class of aircraft, the number of passengers offered, and conditions of flight required by the NSF which include: visual flight rules (VFR day and night), instrument flight rules (IFR), passengers, and cargo. Aircraft must be operated and maintained under the provisions of 14 CFR Part 135 or 121, as appropriate and identified as required by 14 CFR Part 121.135(7) or Part 135.63 or Operations Specifications Part D, "Aircraft Listing," as appropriate. Aircraft must have a Standard Airworthiness Certificate. Currently the NSF anticipates the following aircraft minimum requirements: Light Utility Aircraft (1 aircraft exclusive use with guaranteed usage - 1 on call aircraft without guaranteed usage)  Aircraft must be approved for use with AN8, JP8, and JP5 fuel  Multi-engine, turbine-powered  Equipped with wheel skis or wheels and/or skis combo  FAA-approved for flight with door removed  High wing  Equipped for flight into Known Ice  Approved for operations to -54 degrees C  150-knot cruise speed at 10,000 feet MSL, ISA with 80% maximum rated power with a cruising endurance of at least four hours.  Minimum payload of 2,800 pounds with two pilots (360 pounds), and fuel (6.7 pounds per gallon) for 400 nautical miles with 30 minutes reserve.  Seating for 9 passengers in a standard approved seating configuration  Maintain positive single engine rate of climb gradient in accordance with the Aircraft Flight manual, at manufacturer's gross takeoff weight (calculated at 5,000' pressure altitude ISA+30)  Short Takeoff and Landing (STOL) capable from ungroomed surfaces. Aircraft shall be able to clear a 50-foot obstacle during takeoff and landing with a runway length of 2000 feet on a standard day at sea level with zero wind at maximum gross certified weight.  Minimum door size of 62 x 50 inches and must be side facing exit aft of main landing gear or a rear door Medium Utility Aircraft (1 aircraft exclusive use with guaranteed usage - 1 on call aircraft without guaranteed usage)  Pressurized cabin or permanently installed oxygen system for flight crew and passengers.  Capable of operations to -54 degrees C  Multi Turbine engine powered  Equipped with wheel skis  Capable of carrying 19 passengers and have a minimum of 19 quick removal passenger seats  Equipped with winch for cargo loading and unloading (DC 3T only)  Cargo door of at least 84 x 56 inches  Minimum cruise speed of 180 KTS, TAS at 10,000 feet MSL  Minimum payload of 7,000 pounds with 2.5 hours fuel, plus reserve  Range of 1,900 nautical miles with 30 minute fuel reserve at optimum altitude and airspeed/power for maximum range at maximum takeoff weight (MTOW), fuel 6.7 pounds/gallon  Maintain positive single engine rate of climb gradient in accordance with the Aircraft Flight manual, at manufacturer's gross takeoff weight (calculated at 5,000' pressure altitude ISA+30) The statement of work for fixed-wing aviation services currently under contract is attached to provide respondents a better understanding of the needs of the USAP and the respondent's potential ability to meet NSF's requirement. The purpose of this synopsis is to identify interested vendors - large businesses, small businesses, non-profits or other interested parties and to determine if a set-aside is warranted. The applicable North American Industry Classification System (NAICS) code is 481211 - Nonscheduled Chartered Passenger Air Transportation, which has a small business size standard of 1,500 employees. Only a brief statement of qualifications (not to exceed ten (10) pages) is requested at this time. At a minimum, provide the following information in your submittal: 1) Name of company; 2) Name of company's point of contact, including address, phone, and e-mail; and, 3) Identify the type of entity (large business, small business, small disadvantaged business, non-profit institutions, woman-owned small business, HUBZone small business or service disabled veteran-owned small business, and also indicate if the firm is foreign-owned). Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and FAR clause 52.219-14, Limitations on Subcontracting. In addition, the statement of qualifications should include information that clearly demonstrates the respondent's capabilities, expertise and experience to perform the services described herein. General marketing material should not be included. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. NSF reserves the right to independently verify all information submitted. Send submittals to: National Science Foundation, Division of Acquisition and Cooperative Support, ATTN: Ms. Pamela Franzel, Contracting Officer, 4201 Wilson Blvd, Suite 475, Arlington, VA 22230 or e-mail to pfranzel@nsf.gov. Submittals are requested within 15 calendar days from publication of this synopsis. Telephone responses and inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS10P2189/listing.html)
 
Place of Performance
Address: Performance will be at various locations on the continent of Antarctica (based in McMurdo Station) as well as various locations throughout the Arctic., Antarctica
 
Record
SN02208045-W 20100718/100716234620-230d49ab6de18add9ae7cf43bbb450b8 (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.