Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOURCES SOUGHT

R -- Airborne Weather Surveillance

Notice Date
9/12/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
AWS09122013
 
Point of Contact
Elizabeth C. Griffith, Phone: 321-476-4020, Tammy G Davis, Phone: 321-476-4028
 
E-Mail Address
elizabeth.griffith@us.af.mil, tammy.davis@us.af.mil
(elizabeth.griffith@us.af.mil, tammy.davis@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. No proposals are being requested or accepted with this synopsis. This market survey is being conducted to identify potential sources interested in providing Airborne Weather Surveillance services for the 45th Space Wing (45 SW) in support of commercial launches at Cape Canaveral Air Force Station (CCAFS), Florida. Services include but are not limited to; (1) airborne real-time observation and reporting of weather phenomena and parameters to help the Launch Weather Team (LWT) determine the likelihood of natural and/or triggered lightning in support of launch operations; (2) direct aerial observation a n d interpretation of real time weather conditions in and around the Eastern Range (ER) to help the LWT evaluate meteorological phenomena associated with the launch commit criteria (LCC). Offerors must possess the skills to provide r e liable data to include, but not be limited to: cloud base/height/ thickness/location, temperature, wind, turbulence, status of precipitation, and lightning observati o ns. Night vision ca p a b ility will be required to make visual observati o ns of cloud conditions and other a t mospheric phenomena at night. Offerors must possess access to aircraft capable of operating under all weather conditions at day or n i ght to an altitude of 40,000 feet (service ceiling) with a minimum rate of climb of 3300 feet per minute, att a in speeds of 400 knots or more, measure and monitor outside air temperature and winds, and fly through moderate icing and moderate turbulence. Offerors will place an aircraft on standby within 50 miles driving distance from CCAFS for access as necessary by government rep r esentatives not later than three hours prior to the beginning of the launch window for all launches from CCAFS. Offerors must p r ovide commercial pil o ts who have current licenses and meet all security c l earance requirements. The offeror shall provide at least two pilots certified by 45 WS/DOU, for evaluating Cloud States of the S ky and other atmospheric phenomena, during every launch operation the contractor supports on the ER. The pilots shall be FAA IFR-qualified wi t h a commercial rating. The offeror must hold a FAA Part 135 certificate for their aircraft and meet requirements as outlined in 14 C F R, Chapt e r 1, Part 135.163, with a FAA Standard Airworthine s s Certificate. The offeror must be able to support operations any hour, any day of the year with ten days notice. This support is vital and requires the contractor to continuously maintain a c ontingency plan c onsisting of back-up aircraft support. The offeror will condu c t a detailed inspection of the aircraft to ensure the security and integrity of the aircraft prior to each mission. The government, a t their d i scretion, may perform physical security checks of aircraft at the beginning of the 3-hour stand - by period, which may include physical in s pection of the aircraft and/or personnel manifest. This inspection will normally take approximately 30 minutes to complete. The offeror m u st make the aircraft availab l e for these inspections within 50 miles driving distance from CCAFS. The air c raft must be able to be airborne within 15 minutes of call-up by the go v ernment which aircraft fueled to support the mission, and all pilots present and prepared for tak e off. Once airborne, the aircraft must have the ability to perform surveillance duties for up to three continuous hours. The offeror must be able to support each launch attempt. Launch attempts are typ i cally sepa r ated by a minimum of 24 hours. The applicable NAICS code and size standard are 541990/$14M. The government is interested in parties with 8(a), HUBZone, SDVOSB, or WOSB program capabilities. Firms responding to this sources sought must state whether they are a large or small business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities. Provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description or work, point of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work. Any other pertinent information which will enable the government to access a firm's capabilities. The government reserves the right to set this acquisition aside based on the responses received, it is imperative that firms respond with the required information so the capabilities can be evaluated accurately. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit all responses to this notice to the point of contact listed below. Point of Contact 45 CONS/LGCZC, ATTN: Elizabeth Griffith, 14385 Samuel Phillips Parkway (CCAFS), Patrick AFB FL 32925-2206; Email: elizabeth.griffith@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/AWS09122013/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, FL, Cape Canaveral Air Force Station, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03185367-W 20130914/130912235345-c74fbf052b97b681d59ca42ad2364182 (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.