SOLICITATION NOTICE
T -- Airfield Obstruction Survey
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-07-T-0023
- Response Due
- 5/31/2007
- Archive Date
- 7/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. Solicitation W912LQ-07-T-0023 will be issued as a Request For Quote (RFQ). This solicitation is a Request for Quotation (RFQ) using Simplified Acquisition Procedures found in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 54 1360 with a small business size standard of $4.0 million annually. This RFQ is set-aside for Small Business Concerns. This acquisition is to be a Firm Fixed Price contract. Scope of Work: 1. Contractor will provide all personnel, equipment, technology etc required to complete an update of the FAA 405 Obstruction Chart (AOC) survey for Blackstone Army Airfield (KBKT) at Fort Pickett, Blackstone, Virginia. 2. The Scope of Work shall generally involve a geodetic survey and positioning of existing airfield conditions including location of Navigational Aids, Runway Ends, vertical profiles of runways, and creation of an airfield obstruction chart. The survey w ill be conducted and obstruction chart will be updated in accordance with the latest edition of FAA Standard Number 405. 3. The Scope of Work requires the following work to be performed: a. Verify WGS-84 positions of one (1) Primary Airfield Control Station (PACS) and three (3) Secondary Airfield Control Stations (SACS). b. Verify positions of Ends of Runways (EORs) 04, 22, 01, and 19. c. Verify positions of Non-Directional Beacon (NDB) and airport beacon. d. Verify position of Air Traffic Control Tower (ATCT). e. Measure vertical profiles of runways 01-19 and 04-22. f. Update current obstruction inventory for runways 01-19 and 04-22 in accordance with FAA 405 and UFC 3-260-01 standards for Class A Army runways. g. Obtain plannemetric details of all runways, taxiways, buildings associated with the airfield, and major roads and rivers for geographic orientation purposes by aerial survey methods. h. Compile survey data into an updated Airfield Obstruction Chart (AOC) from the survey conducted by the US Army in May 2002. i. Locate any navigational-aids not obtained in 2002. j. Update Airport Reference Point (ARP) k. Update Magnetic Declination Deliverables: Contractor will provide and distribute accordingly up to ten (10) CD-ROMs and hardcopies containing the following information: " Updated Airfield Obstruction Chart (AOC) in Terramodel (.pro) and AutoCAD 2005 (.dwg) formats. AOC will depict 50:1, 34:1, and 20:1 runway approach slopes. " Runway markings diagram in Terramodel (.pro) and AutoCAD 2005 (.dwg) formats. " Updated MS Excel spreadsheet depicting locations of PACS/SACS, EORs, Runway Profile Points, Photo-Control Targets, NAVAIDS, Obstructions, Touchdown Zone Elevations (TDZEs), ARP, geodetic and magnetic runway azimuths, runway lengths, runway widths, and th e airport elevation. " Updated geodetic control point descriptions. " NAVAID documents as required by United States Army Aeronautical Services Agency (USAASA). " Survey report including metadata and methods used to obtain survey information. Deliverables due 120 Calendar Days after contract award The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporat ed by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes .or Executive Or ders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-3, 52.232-36. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52. 252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 252.225-7001, 252.243-7002, 252.247-7023, 252.225-7036 and 252.247-7024. Offers referencing RFQ number W912LQ-07-T-0024 may be submitted: in hard copy via mail or hand-delivered to US PFO-P, Attn: Susan Quinn, Building 316, Fort Pickett, Blackstone, VA 23824; electronically via fax to (434) 298-6202; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of respons es to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) e vidence of technical acceptability, delivery schedule and references; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for a ny changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 2:00 p.m.(EST), Thursday, 31 May, 2007. Questions should be dire cted to Susan Quinn, Contract Specialist, via email to susan.quinn@ng.army.mil. Numbered Note 1 applies to this solicitation.
- Place of Performance
- Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
- Zip Code: 23824-6316
- Country: US
- Zip Code: 23824-6316
- Record
- SN01295076-W 20070517/070515221116 (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 |