Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
MODIFICATION

15 -- UNMANNED AERIAL SYSTEM AND SUPPORT SERVICES

Notice Date
4/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WAD-UAS-2014
 
Archive Date
5/16/2014
 
Point of Contact
Crystina R Elkins, Phone: (206) 526-6036
 
E-Mail Address
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
******Amendment #0001 to Sources Sought Notice WAD-UAS-2014 is issued to: 1) Reference Section 3.1.2, Key Personnel of the Performance Work Statement (PWS). This PWS section posted on April 25, 2014 is deleted in its entirety and replaced with the following: 3.1.2. KEY PERSONNEL The Contractor shall provide a staffing plan that addresses at a minimum the staffing requirements and key personnel to be employed in connection with this contract as outlined in the PWS. The Contractor shall staff the post-positions in accordance with the Contractor-submitted and Government-acknowledged Contractor Staffing Plan. The number, type and distribution of staff as described in the contract-staffing plan shall be maintained throughout the term of the contract. It is anticipated that a UAS Pilot(s) in Command (PICs) and technician will be required. The UAS PICs and applicable support personnel shall be qualified as stipulated in NOAA UAS Policy 220-1-5 (Section 4; provided in Appendix 3 of this PWS) and also meet FAA UAS qualification requirements in N8900.227. In addition, the UAS PICs must have a minimum of 50 launches and retrievals of UAS from a ship. A technician with expertise in trouble-shooting and maintaining the UAS who will participate in the at-sea field operations is required, and can be one of the operational crew. Written requests to change the number, type, and/or distribution of staff described in the staffing plan must be submitted to the CO, through the COR, for approval prior to implementation. 2) Notice is revised to indicate that submissions in response to this Request for Information shall also include a Rough order of Magnitude (ROM) estimate. All other terms and conditions remain unchanged, including the submission response date of May 15, 2014.****** THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of supplying and providing support services for an unmanned aerial system to conduct studies of gray whales, bowhead whales and belugas in the northeastern Chukchi Sea and western Beaufort Sea. This Request for Information (RFI) is for market research, information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of DOC, NOAA. This RFI is seeking vendors who can provide the requirements in the attached Performance Work Statement (PWS). Interested parties should note the included document is only a draft intended to determine the availability of small businesses that can provide for this requirement in the commercial market place. Any resulting solicitation will include a final version of the PWS. The anticipated period of performance January 1, 2015 - October 31, 2015. The NAICS code for this requirement is 336411 and the small-business size standard is 1,500 employees. Vendors are requested to provide comments on the attached PWS, as well as provide capabilities statements which document the vendor's ability to meet the requirements of the attached PWS. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Your response shall reference this Request for Information number WAD-UAS-2014. Your response shall include the following information: • SBA designation (i.e. 8(a), HUBZONE, Woman Owned Small Business, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), • Business Name • CAGE Code • Name of point of contact • Email address • Phone and fax numbers • Size standard of company • All firms responding to this Sources Sought must articulate their capabilities clearly and adequately by providing past experience that is similar to the size, scope and complexity of the requirements outlined in this synopsis. Firms should include a description of subcontracting, if any, that will be required to provide technically acceptable services for this requirement. • Comments pertaining to the attached PWS. Information must be received by the Contract Specialist, Ms. Crystina Elkins, at Crystina.r.elkins@noaa.gov by 2:00 PM Pacific Time on Wednesday, May 15, 2014. Please do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. Firms that are interested in sub-contracting opportunities related to this project should contact interested prime contractors directly, not the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-UAS-2014/listing.html)
 
Record
SN03349844-W 20140430/140428234158-744dfc0398d95c9d8d38b40e4b33454c (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.