Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

T -- Topographic Flight Services - RFQ

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
 
ZIP Code
03755-1290
 
Solicitation Number
W913E518Q0003
 
Archive Date
2/24/2018
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (RFQ) W913E518Q0003 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH has a requirement to collect precision topographic data for USACE - Galveston District utilizing airborne Light Detection and Ranging (LiDAR) sensors over thirty-three (33) miles of the Buffalo Bayou, located in the heart of Houston, TX. ERDC-CRREL intends to procure ground support (in the form of installation services) and flight support for research mapping instrumentation. The primary aspect of this project is focused on capturing 3D topographic mapping data from LiDAR sensors, specifically designed for mounting on a Robinson R44 II helicopter, over the Buffalo Bayou riverbank and adjacent areas. The contractor shall perform the following tasks and provide the necessary support: a) Provide a Robinson R44 Raven II aircraft with the following: a. Connection points on the aircraft right skid and fuselage for mounting the pod. b. An external GPS antenna mounting location on the top of the aircraft tail for the installation of the ALS GNSS antenna. c. Access to 28VDC power supply via the aircraft battery for direct connection to RS/GIS CX's LiDAR helicopter pod. The power supply connections should be checked prior to installation of the ALS system and be in good working order. d. Access to 28VDC cigarette lighter adapter power supply within the aircraft compartment for operator laptop power. e. Ability to install Flight Management System (FMS) equipment onto the horizontal rails directly aft of the front seats. f. Ability to install the FMS Pilot's Display (tablet) onto the front windscreen vertical support utilizing an aircraft specific connection bracket. b) Installation and removal of RS/GIS CX HeliPod system in aircraft, charged at a fixed rate, including: a. Installation of tail mounted GNSS antenna and cable. b. Installation of HeliPod connection points on right skid and aircraft fuselage. c. Installation of HeliPod power cable onto aircraft battery. d. Installation of FMS equipment inside aircraft. e. Configuration of power and communication cables inside the aircraft. c) Provide a pilot capable of following planned flight lines using the RS/GIS CX Flight Management System's pilot's display. d) Ensure the aircraft has scheduled maintenance completed prior to the start of each data acquisition campaign, or a maintenance plan in place as to not interrupt the survey period. e) Allow for the HeliPod to remain installed during the entire collection period. If the aircraft cannot be moved via skid attached wheels without removing the pod, then the contractor shall agree to store the aircraft at point of landing/takeoff for the duration of the collection period. f) Complete the collection of focus area in cooperation with RS/GIS CX personnel and collaborators (ALS system operator and ground crew). g) Fly data acquisition flight plans at specified above ground level (AGL) altitudes and airspeeds, as required by RS/GIS CX. This solicitation is issued as a total small business set-aside. Please reference the attached RFQ for the Performance Work Statement (PWS) in Section C, as well as all applicable provisions and clauses. The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) responsible quote. The following factors shall be used to evaluate offers: a) Technical capability of the quote to meet the Government's requirement b) Price Please provide responses to this notice NLT 12:00 PM CST, 9 FEBRUARY 2018 to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E518Q0003/listing.html)
 
Place of Performance
Address: 72 Lyme Rd, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04807092-W 20180203/180201231553-9acdf9f3dbf343f75a42da2a187a9deb (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.