Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2013 FBO #4262
SOLICITATION NOTICE

63 -- LEASE OF BIRDSTRIKE AVOIDANCE RADAR SYSTEM

Notice Date
7/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office, 9035 Ocean Drive, Corpus Christi, Texas, 78419, United States
 
ZIP Code
78419
 
Solicitation Number
N68836-13-T-0239
 
Archive Date
8/28/2013
 
Point of Contact
Krista L. Slezinsky, Phone: 361-961-2998, Maria H Gauntt, Phone: (361) 961-2669
 
E-Mail Address
krista.slezinsky@navy.mil, maria.gauntt@navy.mil
(krista.slezinsky@navy.mil, maria.gauntt@navy.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-13-T-0239 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-13-T-0239. The North American Industry Classification System (NAICS) Code is 334511 and the Small Business Size Standard is number of employees 750. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Lease of Aircraft Birdstrike Avoidance Radar System for use at the Naval Air Station, Kingsville Texas 78363. CLIN 0001 - 12 month - Operating Lease of Aircraft Birdstrike Avoidance Radar System for the period 21 Sep 2013 through 20 Sep 2014. Self contained mobile system to include: • Commercial 110/220 VAC power system with emergency diesel backup power • Radar sensors configured for dual runway coverage with or without Doppler surveillance 360 degrees around airfield to 6 nm • On-board, environmentally controlled equipment cabin with technician console • Bird detection and bird strike risk alerting software with real-time remote data display • Three (3) wireless remote user displays • Ancillary support equipment to include safety and transport equipment, lightning grounding, ground anchors, tools, and wireless line-of-sight data link for remote display support • System delivery FOB NAS Kingsville, Texas 78363; installation and commissioning; operations integration and CONOPS development; and user training. Scope of Work: 1. INTRODUCTION - Avian RADAR is emerging technology that is being utilized by several military and civilian airports to reduce air strikes between birds and aircraft. During the past two years, NAS Kingsville has incorporated Avian RADAR technology into day-to-day operations. During these tests, procedures were established that would allow for real-time early warning of large birds, or large concentrations of birds in the terminal airspace immediately surrounding the airport. This information can then be relayed directly to pilots operating within that airspace, often times when they are in the most vulnerable stages of flight during take-offs and landings at low altitudes. Additionally, bird movement in and around the airport can be monitored for long term trends that would allow for modeling migratory patterns, bird movement as a result of weather, feeding patterns and roosting patterns. This data can then be used to provide optimal flight planning and scheduling during periods of increased bird density. This statement of work involves the lease and set-up of an avian RADAR system, its maintenance and upkeep and the data collection tools associated with the system for one year. 2. SCOPE - The scope of this effort will be to deliver and set up an Avian RADAR system that is capable of providing the following: a) The RADAR system must be able to provide coverage to the departure or arrival corridors for all four runways. This can be established as a single stationary system that can easily be reoriented when weather conditions dictate a runway change. b) System must provide 360 degree coverage out to 6nm. c) Both range and altitude discrimination is preferable; however altitude discrimination is essential in the departure and arrival corridor to an altitude of 2000ft or more. d) System must have backup diesel generator and fuel tank. e) System must be configured to accept external power. f) System must provide sufficient data storage to conduct monthly, quarterly and annual data evaluation by station Wildlife Biologist. g) System must include three monitors or displays to be located in the Operations office, Wing Duty office and BASH vehicle with wireless receive capability from the RADAR System. h) Operating procedure must be provided for both RADAR system, monitors and generator set. i) Vendor will work with station personnel and station Wildlife Biologist to establish initial operational parameters and system set up to include alarm thresholds for moderate and severe BASH conditions.(to be established during initial system set-up). j) System must be capable of providing both visual and audible alarms for condition changes. k) System should be capable of providing alarm sectors if requested. l) Vendor will provide training for users on system operation, minor system maintenance, monitor/display operation, and data extraction and evaluation. m) Vendor will provide a minimum of six site visits to evaluate system operation and conduct routine maintenance or conduct system groom. Assist visits should be scheduled approximately every two months. n) System must be mobile if requirement to relocate is imminent due to extreme weather. o) Contact numbers will be provided by the vendor in the event that distance troubleshooting is required. p) Vendor will provide parts support if necessary in the event of system or component failure. Parts support and methods for shipping and receiving shall be established during installation. Station will be responsible for any damaged parts or components due to operator negligence. q) Vendor shall provide available technical and O&M support during normal working hours (0700-1700 M-F) and onsite support within 48 hours for major equipment malfunctions not associated with operator negligence. 3. REQUIREMENTS The Aviation RADAR System will be set up at a pre-established site on the airfield. Every attempt will be made to connect the Avian RADAR system to airfield power. Vendor should provide Naval Station POC with power requirements at least two weeks prior to system delivery. Vendor will need to provide Naval Station Security Department with the names and SSN of all personnel associated with installation or system management at least two weeks prior to delivery and installation. Naval Station security department can be reached at (361) 516-6200/6217. All personnel who require driving on the airfield must attend a one hour airfield driving course conducted by the Airfield Manager. This must be coordinated in advance by calling (361) 516-4331. Airfield and flight line driving instructions will be provided upon delivery and prior to system setup. 4. TECHNICAL REQUIREMENTS During system setup, vendor must demonstrate system meets minimum requirements stated is scope of work and ensure that station personnel fully understand technical operation and system specifications, to include data capture, storage and extraction. 5. CONTRACT MANAGEMENT a) The contractor/vendor shall implement and maintain cost and schedule monitoring procedures adequate to provide performance reporting and timely identification and resolution of all problems that effect proper system operation. b) The contractor/vendor should be prepared to provide technical assistance on short notice if system degradation is experienced. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-9 Personal Identity of Contractor Personnel, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within 52.212-5, the following clauses apply 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations, 52.219-1 Alt 1 Small Business Program Representations, 52.222-22 Previous Contracts and Compliance Reports 52.223-6 Drug-Free Workplace, DFAR 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2013 Appropriations 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001 the following clauses apply: 252.225-7001 Buy American Act-Balance of Payments Program Certificate, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports NAVSUP 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems, Payments will be made monthly in arrears using Wide Area Workflow (WAWF) invoicing procedures. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) Cage Code, 3) Dun & Bradstreet number, 4) Taxpayer ID number, 5) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 13 Aug 2013 CST. Quotations must be in writing and may be faxed, mailed, or emailed to the following. Attn: Krista Slezinsky, NAVSUP Fleet Logistics Center Jacksonville, Corpus Christi Office, 9035 Ocean Drive, Bldg 10, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, Email: krista.slezinsky@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N68836-13-T-0239/listing.html)
 
Place of Performance
Address: NAVAL AIR STATION, KINGSVILLE, Texas, 78363, United States
Zip Code: 78363
 
Record
SN03126078-W 20130726/130724235616-d4aa8d2227b0f2ab3a68559604dbe82b (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 |
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.