SOLICITATION NOTICE
V -- Aerial Charter and Pilot for Aerial Surveys
- Notice Date
- 7/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- WASC-7-7104
- Response Due
- 7/19/2007
- Archive Date
- 8/3/2007
- Description
- Combined Synopsis/Solicitation for NOAA, National Marine Fisheries Service, Protected Resources Division for an aircraft and pilot to provide approximately 115 hours of flight time to survey for sea turtle and harbor porpoise surveys in nearshore California and Oregon waters for the period August 2007 through November 2009. Flights must originate from a location within 2 hours flight time of Monterey, California. The contractor will be responsible for all costs of transporting the aircraft and pilot to and from Monterey, California if the aircraft is based more 2 hours from Monterey. GENERAL REQUIREMENTS: In addition to complying with all FAA regulations under Part 135 (preferred) or Part 91, the aircraft must meet the following criteria. It must 1) be powered by two engines, but must also be able to maintain a minimum altitude of 1000 feet (300 meters) under single-engine power while carrying four passengers and approximately 150 lbs. of equipment. 2) be a high-wing aircraft, outfitted with clear bubble windows, through which marine turtle observers may view during surveys. The bubble windows must provide unobstructed visibility such that observers may view directly below and ahead of the aircraft. 3) have an observation port in the belly or floor of the aircraft through which unobstructed viewing of the ocean is permitted. The dimensions of the viewing port must be no less than 12" x 10" (30 cm x 25 cm). There must be at least 6 feet (180 cm) of floor space aft of this viewing port which allows an observer to lie prone. This observation port must be able to accommodate aerial reconnaissance cameras used by Southwest Fisheries Science Center (camera details provided upon request). 4) have four seats fore of the belly port: one for the pilot, a co-pilot seat to be used by the survey data recorder, and two seats for marine turtle observers aft of the pilot and co-pilot seats. The seats aft of the pilot and co-pilot seats must be aligned with the bubble windows to permit ease of viewing. 5) be capable of maintaining slow airspeeds (95 knots or 176 km/hr) for extended (4-5 hour) periods. 6) have a minimum flight endurance of 5.5 hours at a cruising speed of 130 knots without re-fueling. 7) have a functioning GPS unit with a RS232 computer output. 8) have a fully functioning intercom system with a minimum of four phono-type headset receptacles and headsets in addition to the pilot's. The intercom must permit clear communication between all members of the aircraft at all times. 9) The contractor must possess, or be able to obtain, a valid military site facility license. This allows the contractor to utilize military landing fields for logistic or emergency purposes. 10) The aircraft must have the capacity of supplying 110 volt AC power (converted from 28 volt DC) for equipment such as laptop computers and aerial cameras. 11) Pilots must have a minimum of 50 hours of experience conducting aerial line-transect surveys and low altitude circling over water. The contractor will be responsible for providing all necessary ground service for aircraft support including fuel, maintenance, ground crew, transportation, and any other services associated with aircraft operations. Per diem (up to the U.S. Government authorized rate for the area) will be paid for one pilot when overnight accommodations are required (i.e. when staying overnight away from the aircraft's base of operation). The contractor must be able to provide flight services within 72 hours of a request from the Southwest Fisheries Science Center. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to 206-527-7166 attention to Melvin Fondue. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505. Additionally, this procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/.
- Place of Performance
- Address: La Jolla, CA
- Zip Code: 92037
- Country: UNITED STATES
- Record
- SN01333672-W 20070705/070703220400 (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 |