Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

B -- Aircraft CL415 Demonstration

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
DAHA36-02-R-0010
 
Response Due
8/9/2002
 
Archive Date
9/8/2002
 
Point of Contact
RICHARD BOGER, 717-861-8687
 
E-Mail Address
Email your questions to USPFO for Pennsylvania
(richard.boger@pa.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Pennsylvania Army National Guard is seeking a qualified firm to demonstrate the capabilities of the CL-415 Utility Aircraft in support of Counterdrug, Counter terrorism and Emergency operation missions and military support to civil authorities. The co ntractor shall provide full responsibility for project management of the CL-415 demonstration project. Project management responsibility shall include a team approach to include Director, Northeast Counterdrug Training Center, The National Guard Bureau, B ombardier Aerospace and any others necessary to support the demonstration. The contractor?s program management team shall develop an effective aircraft demonstration project plan to include the aircraft?s capabilities to enhance the National Guard?s missi on role in Counterdrug, Counter-terrorism, Emergency operations and Military support to civil authorities. The contractor shall provide a single Point of Contact (POC) to the Government for all communication issues, concerns and problems. The contractor POC shall be the single responsible agent, of the contractors, for all issues and may be required to coordinate with NCTC, NGB, and the Contracting Officer as part of the demonstration. The work shall include but is not limited to: monthly reports to the Government on performance and progress, to include, at a minimum, identification of key and relevant mission and operational accomplishments related to aircraft?s demonstration, performance to schedule, key contacts regarding proposed mission or operationa l demonstrations, risks, issues, proactive risk mitigation if necessary, summary of cost/price status, and summary cost informationfor the cumulative period of the contract. Monthly reports shall be due by the 5th day of each month after contract commence ment. The Final Report on the capabilities of the CL-415 Utility Aircraft shall be due within 365 calendar days after contract award. The demonstration projects shall be: Fire fighting capability on actual fire in Pennsylvania, Washington, California, Mo ntana, or Florida; Water landings in open seas such as the Gulf of Mexico or off the coast of Alaska, or the East and West coasts to demonstrate the capabilities to intercept water borne shipments of illegal drugs, rescue and deployment of watercraft; Test and evaluate the loading and unloading of military cargo and supplies; Conduct high altitude load capabilities in different weather conditions that could be found in the South, Northeast, West, Midwest, East, Southeast, Northwest, or any part of the Unite d States; Demonstrate landing and take-off capability on unimproved landing sites such as grass strips to equal a tactical landing site; Test the capability of equipped SLAR and FLIR for command utilization and detection in Counterdrug and Weapons of Mass Destruction (WMD) configurations; Test and evaluate the operation of a drone or UAV from aircraft to detect and transmit information such as radiological or chemical information from a plume or contaminated site; Provide test of high altitude and hot weath er operations under maximum load configurations; Test search and rescue capabilities in an actual or staged event; Demonstrate the ability of the aircraft to reconfigure from one use to another in a set period of time (i.e. medical to interdiction or inter diction to monitoring); Demonstrate the use of the aircraft as a communications and command and control platform to provide real-time transmission of still and video photography and communications with multiple agencies; Demonstrate the capability to provi de UHF and VHF frequency transmission so as to provide a platform for multiple frequency and pattern retransmission; Demonstrate the ability to rapidly deploy forward elements of Civil Support Teams (CST) to emergency site; Provide supply/resupply operatio ns to disaster sites; Demonstrate the ability to provide covert photography, thermal imaging and video support to Counterdrug operations at high, medium and low altitudes; Assist in Plume modeling through the use of the aircraft and UAV; Provide real time GPS targeting; Demonstrate capability to dispense SANDIA FOAM in a decontamination operation in both rural and urban areas; And any other demonstration task tha t may be added to the contract with the negotiated agreement of the Northeast Counterdrug Training Center and the successful contractor as the need may arise The Pennsylvania National Guard State Aviation Officer is the Government?s Technical Representati ve. The test site shall be co-located with the Army National Guard Aviation Support Facility (AASF) under the control of the Pennsylvania National Guard State Aviation Officer located at the Johnstown Regional Airport. The Pennsylvania National Guard wil l not supply hangar space. Hangar space at Johnstown Regional Airport shall be rented by the contractor. Source Selection Evaluation will be based on the best value proposal utilizing the following evaluation criteria; Past Performance, Technical Approac h, Key Personnel and Financial Capacity to Perform, and Price Proposal. The non-price criteria when compared to price are approximately equal to price in respective value. A Firm Fixed Price contract is contemplated. This solicitation is unrestricted an d businesses of all sizes can submit a proposal. Only written requests for a Solicitation will be honored. POC is Richard W. Boger, USPFO for Pennsylvania, Department of Military and Veterans Affairs, Fort Indiantown Gap, Annville, PA 17003-5003. Contra ctor must be registered with the Central Contractor Registry and capable of Electronic Funds Transfer in order to receive an award.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00092388-W 20020614/020613084703 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.