Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SPECIAL NOTICE

T -- JBER ERF-UAS Avian Species Survey Services

Notice Date
8/29/2023 4:13:48 PM
 
Notice Type
Special Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ23P0125
 
Response Due
8/30/2023 2:00:00 PM
 
Archive Date
08/30/2023
 
Point of Contact
Shinita Jordan, SONIA BOYD
 
E-Mail Address
Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Robotic Services, Inc, 800 S Clyde Morris BLVD, Daytona Beach, Florida 32114-5723, for Eagle River Flats Impact Area UAS Avian Species Detection. The minimum needs for this service contract are support the ongoing research to investigate the efficacy of using UAS for monitoring birds that occupy the Eagle River Flats (ERF) Impact Area at Joint Base Elmendorf�Richardson (JBER). The goal of this project is to develop the framework for and to initiate UAS-based aerial surveys for avian species within the ERF to collect data to inform effective management decisions on JBER. Comply with USACE Aviation Polices and Standards listed in the Aviation Policy Letter 95-1-1 dated 9 September 2022.� Develop a comprehensive work plan including project tasks, objectives, any concerns, and develop a project timeline.� Conduct UAS surveys at ERF for avian species distribution and abundance during migration timeframes.� Configure a UAS with the selected attributes, software, and hardware components that meets ERDC, USAF and JBER UAS requirements. Must have approved necessary waivers for operating a UAS at ERF on JBER; Conduct field work and data collection, with the support of the ERDC PI and JBER POC, on avian species distribution and abundance during two target sampling timeframes and target field sampling timeframe will be coordinated and approved by the ERDC PI and JBER POC. The available UAS launch location will be the EOD Pad. All fieldwork shall be scheduled with and approved by the ERDC PI and JBER Technical POCs and coordinated with the JBER Range Control and appropriate collaborators prior to initiating any field work. All fieldwork conducted in the JBER-Richardson training areas must be approved through Range Control at least 30-days in advance and regular confirmation prior to field sampling to ensure mission deconfliction. The best time to conduct fieldwork may be on the weekends due to the JBER training tempo. The contractor will deliver a field sampling schedule to and in coordination with the ERDC PI and JBER POC at least 30 days prior to sampling. Provide a brief written synopsis (i.e., field summary) cataloging the survey area with any relevant geospatial survey area features, static survey maps, and the total number and/or duration of survey flights flown. The intended procurement will be classified under North American Industry Classification System (NAICS) 541370 � Surveying and Mapping (except Geophysical) Services with a Small Business Size Standard of $19 million.� This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product.� All capability statements received by the closing date of the publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Shinita.M.Jordan@usace.army.mil and sonia.j.boyd@usace.army.mil.� Statements are due by 4:00 Central Time, Wednesday, 30 August 2023.� No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28488491bef24cffae23a68e4271d943/view)
 
Place of Performance
Address: Anchorage, AK, USA
Country: USA
 
Record
SN06810265-F 20230831/230829230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.