Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

U.S. Department of Commerce/National Oceanic and Atmospheric Administration/OFA/AGFS/AMD -- OFA51, 1305 East West Highway -- Station 7604, Silver Spring, Maryland 20910

W -- HELICOPTER SERVICES SOL 40-AANF-8-09030 POC Mary B. Kreh, Contract Specialist, 301/713-0829x202;Norbert F. Szymanski, Jr., Contracting Officer, 301/713-0829x207 This requirement is for the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Habitat Restoration Division, Office of Habitat Conservation. STATEMENT OF WORK: The restoration-construction of several CWPPRA funded projects in the State of Louisiana span many acres of land and water. Aerial transportation for NOAA/NMFS, its co-trustees and contractors is required in order to complete multiple tasks in the project areas before, during and after construction to evaluate the benefits of each project. To this end, the Government requires contractual services, with necessary equipment, for aerial inspections of the project sites. The aerial inspections are to take still photos and video imagery of the sites. The Contractor must be able to land at or near the sites for on-site inspections as required. The Government anticipates up to seventy (70) hours of flight time (not to include ground, fueling or service time). Each flight shall be a minimum of three (3) hours to a maximum of six (6) hours with a passenger compliment of two (2) to six (6) people. Additional cargo space shall be required for approximately one carry-on bag per person plus photographic and video equipment. The Contractor must have an available fleet of helicopters to accommodate different size groups with accompanying cargo and that will allow flexibility in trip planning with other customers. Flight paths are anticipated to be within the Louisiana Coastal Zone (Texas border to the Mississippi River Delta), primarily within the eastern half of the Zone (St. Mary's Parish to the Mississippi river Delta). Aerial inspections are to allow the Government to observe overall conditions of the restoration site and any construction effort, as well as document any structures or activities within or adjacent to the project area that may influence or impact the restoration project. DELIVERABLES: All aerial inspections are to be coordinated with the Government, with each trip mappedand estimated times of inspections made when required. The Contractor shall provide all equipment and provisions necessary for each inspection trip. All equipment and staff costs shall be defined and agreed to prior to each trip. The Contractor shall submit a copy of the flight log when invoicing each trip. PERIOD OF PERFORMANCE: The period of performance shall be a maximum of three (3) years or until funds have been expended. EVALUATION OF PROPOSALS: (1) Offerors shall demonstrate that they (a) have a large enough fleet of Helicopters to accommodate the Government's requirement as well as other customer and (b) are a nationally recognized company with a good reputation throughout the industry or are on the U.S.> department of Interior's Office of Aircraft Services (OAS) Source List. (2) Offerors shall provide at least three (3) references that have the same or similar requirements that can attest to, at a minimum, (a) quality of service, (b) timeliness of performance, (c) general condition of equipment and (d) responsiveness towards flexibility. References must include Customer Name/Contact person, Address and Telephone Number. (4) Responses will be evaluated on a best value basis giving due consideration to price, fleet size and past performance. Fleet size and condition, flexibility and past performance are more important than price. The Government reserves the right to award without negotiations. SUBMISSION OF PROPOSALS: All interested sources shall respond by submitting a written proposal addressing the Government's needs and providing the information as requested, as well as, a complete price list each of the different types of helicopters within their fleet. This information shall be sent to the Government's Contracting Office within 15 days from the date of this synopsis. Responses may be faxed to 301/713-0809 -- Attn: Mary B. Kreh. Please reference the following number in your response: 40-AANF-8-09030. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0105 19980204\W-0003.SOL)


W - Lease or Rental of Equipment Index Page