Charter Flight Services
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159302743793308 |
Posted Date: | Nov 2, 2022 |
Due Date: | Nov 10, 2022 |
Solicitation No: | W913E523Q0001 |
Source: | https://sam.gov/opp/2c4fbd3af4... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Nov 01, 2022 07:55 pm CDT
- Original Date Offers Due: Nov 10, 2022 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 25, 2022
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: V121 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER
-
NAICS Code:
- 541360 - Geophysical Surveying and Mapping Services
-
Place of Performance:
Hanover , NH 03755USA
This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.
The solicitation number W913E523Q0001 is being issued as a request for quotation (RFQ). This requirement is a total set-aside for small business concerns.
The associated North American Industry Classification System (NAICS) 541360 – Geophysical Surveying and Mapping Services was determined to best represent this requirement. The small business size standard is $16.5 million.
The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH, Remote Sensing/GIS Center of Expertise (RS/GIS CX) located in Hanover, New Hampshire has a requirement to collect precision topographic data in support of the snow-covered and mountain environment sensing project via airborne LiDAR over project field sites in the Boise mountains near Boise, ID. The field sampling plan aims to investigate snow properties at a collection of established sites using a variety of coincident in-situ and remote sensors and techniques on up to eight dates spanning 2023. High point-density (8 points per square foot) topographic data is required to effectively monitor snowpack property changes in the forested, complex topography that characterizes the sites. Snow-off data collection may be needed to provide a baseline for snowpack analyses. The LiDAR helicopter pod(s) operated by the RS/GIS CX have the unique capability to produce the required product by flying low, slow, and capturing high point density data products.
Performance Specifications: The primary aspect of this project is to install the RS/GIS CX HeliPod ALS system onto a R66 helicopter to fly over areas of interest capturing high-resolution topographic data of Boise Range and adjacent areas. The contractor shall perform the following tasks and provide the necessary support:
1. Provide a Robinson R66 turbine aircraft with the following:
-
- Installed Meeker Aviation utility mount faceplate compatible with the RS/GIS CX helicopter pod system
- Access to 28VDC power supply via the aircraft battery for direct connection to RS/GIS CX's LiDAR system. The power supply connections should be checked prior to installation of the ALS system and be in good working order.
- Access from the helicopter pod system to the cabin for communication and power cables via the aircraft nose vent.
- Ability to install Flight Management System (FMS) equipment onto the horizontal rails directly aft of the front seats.
- Ability to install the FMS Pilot’s Display (tablet) onto the front windscreen vertical support utilizing an aircraft specific connection bracket.
2. Provide a pilot capable of following planned flight lines using the RS/GIS CX Flight Management System’s pilot’s display.
Please reference the attached RFQ for instructions and applicable provisions and clauses. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer (LPTA). The following factors shall be used to evaluate offers: Offerors ability to meet the technical and performance requirements listed in the PWS (Section C) and the Instructions to Offerors (Section L) of the RFQ, delivery schedule, and price.
FOB Destination: Hanover, NH, 03755
Payment Terms: Net 30
Please provide responses to this notice, no later than Thursday, November 10, 2022, 12:00 PM, Central Standard Time (CST) to:
Lisa.A.Bernard@usace.army.mil
Telephone responses will not be accepted.
*Note: In order to be eligible for award of a government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications.
- KO CONTRACTING OFFICE VCCO 72 LYME ROAD
- HANOVER , NH 03755-1290
- USA
- Lisa Bernard
- Lisa.A.Bernard@usace.army.mil
- Phone Number 2173734425
- ERDC-CRREL Quotes
- ERDC-CRREL-QUOTES@usace.army.mil
- Nov 01, 2022 07:55 pm CDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.