|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 17,1996 PSA#151145 CONS/LGCXC, 14640 Hangar Road (CCAS), Patrick AFB FL 32925-2206 R -- AIRBORNE WEATHER SURVEILLANCE POC Michelle Morales, Contract
Specialist, (407) 853-0975/Contracting Officer Sue Crockett (407)
853-0975. Sources are sought to provide airborne surveillance of the
airspace at Cape Canaveral Air Station (CCAS), Florida and extending
out to a radius of up to 125 NM of CCAS during specified space launch
operations to support Range Weather Operations evaluation of weather
launch commit criteria. Airborne weather surveillance consists of the
observation and reporting of weather phenomena within the launch flight
path and vicinity as directed by the Launch Weather Officer (LWO)
and/or the Deputy Launch Weather Officer (DLWO) for recce at CCAS Range
Weather Operations (RWO). The DLWO will direct contractor aircraft to
area(s) of interest. Once there, contractor must relay (via radio to
the DLWO) DLWO specified weather information including but not limited
to: cloud (base/top) heights, cloud thickness, cloud location, cloud
distance from launch pad area, temperature, wind turbulence,
precipitation and lightning observations. During periods of darkness,
night vision capability is required for pilot to make accurate
determination of cloud/weather characteristics and phenomenon.
Contractor aircraft must be Instrument Flight Rule (IFR) certified (IAW
all applicable FAA Regulations) and must be able to operate at and
provide weather information from 500 feet (AGL) to a service ceiling of
45,000 feet (AGL). The aircraft must measure and monitor outside Air
temperature and winds, and safely fly through icing and up to moderate
turbulence conditions. Aircraft must have operable TACAN, weather
radar, HF radio, and two operable VHF and/or UHF radios capable of
transmitting pilot reports to/receiving instructions from RWO and
monitoring airspace controlling agency frequencies simultaneously.
Aircraft must report on station with a minimum three-hour operational
airborne loiter capability. Contractor aircraft will stage from airport
within 15 minute flight time of CCAS. Contractor must place aircraft on
standby not later than L-5 hours, be able to be airborne within 15
minutes of an DLWO notification and be at the area/point of interest
within time limit as so specified by the DLWO. In support of scheduled
launch operations, contractor will place weather surveillance aircraft
in standby mode (depending upon weather conditions during (day of
launch) launch minus 90 minute (L-90 minute) time period, contractor
may or may not be called on to support given launch operations. This
synopsis is for planning purposes only and is not to be construed as a
commitment by the Government nor will the Government pay for
information solicited. Firms with the potential to perform this effort
must respond to this notice for evaluation purposes, and indicate
whether they are large, small, small disadvantaged and/or woman-owned.
The government reserves the right to consider a small business
set-aside or (8(a) set-aside based on responses hereto. The SIC code
for this procurement is 8999 and the small business size standard is
$5M in average annual receipts for the previous three years. Closing
date for submission of response is 9 February 1996. Respondents deemed
fully qualified will be considered in any resulting solicitation for
the requirement. No technical or solicitation documents exist at this
time. Submit written responses to 45 CONS/LGCXC, Attn: Michelle
Morales, 14640 Hangar Road (CCAS), Patrick AFB FL 32925-2206. No phone
calls please. (0012) Loren Data Corp. http://www.ld.com (SYN# 0044 19960116\R-0007.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|