Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

T -- Aerial Videography of waterfowl in motion

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
F11PS00543
 
Archive Date
3/31/2012
 
Point of Contact
Amanda Jordan Contract Specialist 9077863436 amanda_jordan@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found 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 seperate written solicitation will not be issued. The solicitation number for this request is F11PS00543 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 2005-50). This is a small-business set-aside procurement under NAICS classification code: 541360 and PSC code: T006. The small business size standard is $4.5M. BACKGROUND:Wildlife managers routinely conduct aerial surveys of waterfowl as a means of tracking population size and trend. Correct identification of species is critical to most surveys. All aerial observers struggle with waterfowl identification to some degree, and new inexperienced observers are continually entering the work force. To date, no comprehensive guide to waterfowl identification has been developed specifically for aerial observers. Historically, previous video shoots have used a Bell 206B3 Jet Ranger. We intend to create a multi-media guide to improve aerial waterfowl identification, survey training, and standardize protocols. The guide focuses specifically on aerial surveys with a "top-down" perspective of birds and will include all North American waterfowl and some waterbirds that are routinely encountered during aerial surveys (e.g., coots, loons, murres, grebes, cormorants). The intended audience is professional wildlife biologists and other aerial observers, including those associated with private conservation organizations, and environmental consultants. The goal of the project is to develop a user-friendly training manual and identification guide to standardize and enhance observer training and improve waterfowl identification and counting from the air. The Guide will ultimately have two parts: a Handbook: a 6 x 9 inch sturdy, spiral bound handbook for in-flight use, and a DVD for on-the-ground training and reference. The DVD will use high-definition video clips to aid in species identification and training. For each species, we will include the following video sequence:a.Aerial video of a bird on the water (narrator points out key characteristics, particularly for the male ducks, highlighted with arrows/circles; includes both close-up and distant perspectives) b.Aerial video of birds flushing (narrator points out how it jumps, or skitters, or dives )c.Aerial video of birds in flight - slow motion (narrator points out the key characteristics to look for during flight, complemented with arrows)d.Aerial video of birds in flight - normal speed (narrator points out rapidity of wingbeat, how erratic the flight is, how close to the water they fly, etc.)e.Aerial video of birds landing (some species have distinctive landing patterns, such as apparent "crash-landing") Note: The production of the Handbook and DVD is entirely outside the scope of work for this project and described here for your information only. This project involves only the acquisition of appropriate video footage and the transfer of that footage to the Service, as described in more detail below. Examples of previous video products for this project can be downloaded then viewed at http://www.fws.gov/filedownloads/ftp_Doug_Canfield_Videos/Waterfowl/ The USFWS, Alaska region (headquartered in Anchorage) is leading this effort and seeks a contractor that will provide high definition aerial videography for a variety of bird species. Several shooting locations in North America will be required to obtain adequate footage for all target species. South Dakota is one location that harbors a high diversity of breeding waterfowl and is thus a relatively efficient area for obtaining video footage for many species. Most of these species are routinely encountered in South Dakota during spring, however, the USFWS project manager may decide to drop or substitute species from this list if they are not available for video capture. List of target species for videography in South Dakota include:Waterfowl: Canada Goose, Common Goldeneye, Bufflehead, Hooded Merganser, Lesser Scaup, Redhead, Canvasback, Ruddy Duck, Ring-necked Duck, Gadwall, Mallard, Northern Pintail, Green-winged Teal, Blue-winged, Teal, American Wigeon, Northern Shoveler, Wood Duck Other waterbirds(second priority): American Coot, Purple Swamphen, Double-crested Cormorant, Great Egret, Great Blue Heron, Black-crowned Night Heron, American Bittern, Pied-billed Grebe, Western Grebe, Eared Grebe In addition to video footage of birds, there may be footage obtained for wetland assessment and to illustrate various aspects of waterfowl survey methodology. The location for this project will be in Aberdeen, South Dakota and vicinity. Aberdeen is a full service community with an airport (Aberdeen Regional Airport) and available jet fuel. SCOPE OF WORK AND SPECIFICATIONS: The Service will be procuring the use of a helicopter through the Aviation Management Directorate (AMD) utilizing a separate contracting method. The helicopter operator will be selected after this videography contract is awarded, and their location will likely be in the mid-west states. During videography flights, there will be one USFWS Government observer in the front seat who will help direct the pilot and camera operator to target birds, identify bird species, and confirm that the video footage is appropriate for meeting the scope of work as outlined in this RFP. The additional observer will require a separate monitor, to be provided by the Contractor. Flights will only be conducted when wind speeds are less than 15 mph, skies are bright overcast or sunny, and there is no fog or precipitation that would obscure the camera lens or otherwise compromise the quality of the video footage. Flight altitude will vary from about 100-500 ft agl. Flight speeds will vary from a hover to up to 100 mph. Flights will at times be over water or marsh. The Service of the videographer shall be unit-priced using a daily rate. The quantity specified for the videographer services are estimated and may vary based on weather conditions and availability of target species. The Service shall guarantee a minimum of three days, maximum 7 days, for the video shoot. Payment shall be made for actual number of days that the camera is used to capture aerial video footage described in the objective. Insurances to be included with the AMD helicopter procurement. The Contractor will meet all of the following requirements: 1.Videography flight will commence between May 15 and May 23, 2011 (at contractor's discretion; dates to be agreed upon no later than April 20). 2.Contractor shall provide camera operator and all necessary camera equipment, including a remote video monitor for the front seat observer.3.Contractor shall ship the camera mount and FTC number and paperwork for that mount to the helicopter operator's home base no more than two working days prior to the start date to allow time for installation.4.Contractor shall demonstrate ability to capture sharp and smooth (i.e., follow focus) video, from a moving helicopter, of small moving targets (such as individual animals in flight or objects otherwise moving). a.Contractor shall submit a maximum of three (3) recent and relevant descriptions of aerial videography showing experience to include samples of relevant video footage.5.Contractor shall employ the use of a gyro-stabilized camera platform with a high definition lens with power of 42x9.5mm plus a lens doubler, or equivalent. The camera platform shall be a Cineflex or equivalent controllable, color, high definition (HD), 1080 resolution, progressive, gyro-stabilized system with a recorder capable of capturing 1080 progressive 59.94 frames per second. The camera system must be a gimbal type capable of filming birds to the right, left, front, behind, and below helicopter, at varying altitudes, and will be mounted on the nose of the helicopter. Although the camera mounting hardware will be installed at the helicopter contractor's home base, the camera itself will be installed at the project site under the supervision of the videographer. 6.Contractor shall be responsible for the acquisition and operating cost of all camera equipment, transportation of camera operator and equipment to and from Aberdeen, South Dakota, lodging and per diem costs for the operator, tapes, footage transferring, hard drives and shipping to the USFWS project manager. 7.The footage shall be captured at a resolution of not less than 1920 x1080 progressive frames, 60 frames per second, and all raw footage obtained while filming shall be delivered to the Service project manager on a portable hard drive at full resolution no later than June 15, 2011. 8.Contractor will download and back up all video footage to a hard drive on a daily basis. In addition, the footage must be made available daily in a format that allows the Project Manager to review footage expediently (i.e., during the evening) to evaluate video quality and progress toward meeting video needs for all target species (for example, a Compact Flash recorder and viewing software compatible with a PC).9.Contractor will be required to wear required protective equipment, including a nomex suit, helmet with aircraft-compatible intercom system, leather boots, and gloves (providing it does not significantly interfere with ability to operate camera equipment).10.At no cost to the contractor all contractor personnel that will be passengers on the helicopter will be required to obtain basic helicopter safety training prior to the project start date by taking an on-line course. Est 2 - 3 hours. A-101: Aviation Safety (all aircraft), A-105: Aviation Life Support Equipment, A-106: Aviation Mishap Reporting, A-108: Preflight Checklist and briefing/ debriefing, A-113: Crash Survival. Training located at:www.iat.gov. Additional perspective vendors may attend Water ditching and Survival training; however, it is not required for this procurement.11.The contractor shall license the material in perpetuity to the USFWS for use in training video programs about wildlife. A web version of the training video will also be produced by USFWS and the non-exclusive rights to videographic material contained in the web version will remain licensed to the USFWS in perpetuity. The contractor will retain all other rights to the material recorded for commercial purposes. 12.Contractor will meet via phone with the USFWS project manager and the helicopter operator no later than 1 May to discuss protocols, in-flight procedures, equipment needs, logistical arrangements, and schedules.13. Various models of helicopters will be considered for the AMD helicopter contract based on the camera and mount specified by the awardee of solicitation F11PS00543. VENDOR REQUIREMENTS FOR PROPOSAL:Provide pricing as specified in bid scheduleAs examples of experience provide a maximum of three (3) video samples of video from videographerAs examples of past performance provide a mximum of three (3) past performance questionnaires (form located at: http://www.fws.gov/filedownloads/ftp_R7CGS/Amanda%20Jordan/F11PS00543%20Aerial%20Videography%20-%20South%20Dakota/Detailed list of all camera/mount system make/model/year including FAA Supplemental Type Certificates (STC) for applicable aircraft typeAny special electrical or cockpit requirementsAcknowledgement of contractor responsibilities to take on-line aviation safety training courseAcknowledgment of contractor to sign release of claims. Form located at: http://www.fws.gov/filedownloads/ftp_R7CGS/Amanda%20Jordan/F11PS00543%20Aerial%20Videography%20-%20South%20Dakota/ LINE ITEMS:Line Item 001 - Base itemVideography Services Quantity: 1 Unit of Measure: Guaranteed Minimum three (3) days - Price for three (3) days $___________ Line Item 002 - Base ItemTravel expencesQuantity: 1Unit of Measure: Lump Sum $________________(All travel expences to be quoted as one lump sum, payment will be based on acutal receipts) Line Item 003 - Optional itemVideography Services Quantity: 1 Unit of Measure: Per day for every additional day up to seven (7) days $______________ Line Item 004 - Optional itemVideography Services - No fly days Quantity: 1Unit of Measure: Price per day $__________**No Fly days will be determined by the pilot (weather) or project manager (acceptable conditions for desired video) Grand Total Items 001 - 004: $________________ PERIOD OF PERFORMANCE:Begin no earlier than May 15, 2011; end date June 15, 2011 DELIVERY:The date and place of final product delivery and acceptance is FOB Anchorage, Alaska, June 15, 2011 EVALUATION FACTORS:Award will be made based on Best Value: to include price of helicopter contract with AMD. PROVISIONS AND CLAUSES:The following FAR provisions and clauses apply to this acquistion:52.212-01, Instructions to Offerors - Commercial Items52.212-02, Evaluation - Commercial Items, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:1) Experience/Past Performance2) Price of this solicitation3) Price of applicable AMD helicopter contract associated with camera/mount of perspective awardee for solicitation F11PS00543All other evaluation factors other than price, when combined, are equal to price.52.212-03, Offeroror Representation and Certifications - Commercial Items52.212-04, Contract Terms and Conditions - Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: 52.222-50, 52.233-3, 52.233-4, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.232-29, 52.232-33, 52.222-41, 52.222-4252.227-14, Right in Data - General, 52.204-7, Central Contractor RegistrationD1542.204-70 Release of Claims,After completion of flight (all equipment dis-assemblied from helicopter and in videographer position at location) and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release PONT OF CONTACT:This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Amanda Jordan, Contracting Specialist, US Fish and Wildlife Service via phone (907) 786-3436 or via email Amanda_Jordan@fws.gov. PROPOSAL SUBMISSION:Quotes must be received at the following address, via fax or email, prior to the closing date of this solicitation. Closing date of this solicitation is April 8, 2011 @ 2pm Alaska Time. US Fish and Wildlife ServiceContracting and General Services1011 E. Tudor Road, MS 171Anchorage, Alaska 99503Phone: (907) 786-3436Fax: (907) 786-3923
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00543/listing.html)
 
Place of Performance
Address: Aberdeen, South Dakota
Zip Code: 57401
 
Record
SN02414924-W 20110403/110401234318-9fadffca59502f98cab58a3ab671a63d (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.