Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2006 FBO #1833
SOLICITATION NOTICE

V -- Collect Noise Information for Aircraft Currently Flying in the National Parks

Notice Date
12/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-07-Q-80025
 
Response Due
12/7/2006
 
Archive Date
3/1/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The applicable NAICS code is 481211 and the Small Business size standard is 1,500 employees. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13 and Part 12, Commercial Items. This solicitation document and incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-12. Solicitation No. DTRS57-06-Q-80025 is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. The Volpe National Transportation Systems Center (Volpe Center) has a requirement to collect source noise information for aircraft currently flying in the National Parks. The Statement of Work is as follows: Background: Congress passed the National Parks Air Tour Management Act of 2000 (The Act) to regulate commercial air tour operations over units of the National Park System. The Act directed the Federal Aviation Administration (FAA), with the cooperation of the National Park Service (NPS), to develop Air Tour Management Plans (ATMP) for all National Parks with commercial air tours. The Volpe Center Acoustics Facility (VCAF) is providing technical support to the FAA and NPS during the development of the ATMPs. It is expected that a part of this support will involve the modeling of potential aircraft noise impacts in several national parks using the FAA?s Integrated Noise Model (INM). In order to undertake this modeling, it is necessary for VCAF to collect source noise information for aircraft currently flying in the national parks. The Dornier 228 (D228) and Dornier 328 (D328) are two of these aircraft and will be chartered for flight-testing at Sun Valley Airport in Bullhead, Arizona. Tasks: Task 1a: Install VCAF antennas on D228 and D328 - The contractor must have an operational D228 and D328 airplane in its fleet. VCAF will require the installation of its Differential Global Positioning System (dGPS) GPS and radio antennas and coaxial cabling on the D228 and a D328 before January 20, 2006. These antennas will be made available to the contractor by VCAF and make possible the physical tracking of the aircraft during testing. Installation costs for these antennas and cables may vary, depending on the condition of the aircraft. VCAF estimates a maximum of 16 hours of a mechanic?s time will be necessary for this avionics work. Task 1b: Allow VCAF the use of existing Dornier 228 and Dornier 328 antennas VCAF understands that the D228 and D328 are rare aircraft, and the contractor may not be willing to attach the VCAF antennas to the skin of its aircraft for maintenance and safety reasons, making Task 1 impossible to fulfill. That said, if the contractor is not willing to attach the VCAF antennas to its D228 or D328, VCAF is willing to make an attempt at utilizing the existing antennas on the D228 and D328 aircraft in the operation of its dGPS system. To this purpose, VCAF would like to send a technician to the contractor?s property to attach the dGPS system components to the existing antennas and test for functionality. This visit would require that the contractor perform some avionics work on the aircraft to make the existing GPS antenna cable and the existing radio antenna cable available for attachment to the dGPS equipment. Labor costs for this cable readiness work may vary, depending on the condition of the aircraft. VCAF estimates a maximum of 16 hours of a mechanic?s time will be necessary for this preparation and testing. Once the dGPS equipment is attached to the existing antenna cables, the VCAF technician will test the functionality of the D228 and D328 antennas with the dGPS system. This test would take approximately two hours on each aircraft. This test must be performed during aircraft down time so that VCAF will not incur flight charges during the test. The VCAF technician is flexible about scheduling the appointment on the contractor?s property: The visit would take place either on the weekend of December 9-10, 2006, or the weekend of December 16-17, 2006, at any time between 7 AM and 10 PM local time. The exact date and time can be determined after the contract award. NOTE: If the contractor is not willing to attach VCAF antennas to the D228 and D328, and the existing antennas do not function properly after the existing antenna functionality test, VCAF will abandon the use of its dGPS system and resort to a video tracking-based method of aircraft location measurement. Task 2: Participate in INM Noise Measurements at Sun Valley Airport - VCAF will require exclusive use of a D228 aircraft and pilot and a D328 aircraft and pilot on Saturday, January 20, 2007, at Sun Valley Airport (A20) in Bullhead City, AZ. D228 - The contractor will: (1) make ready a D228 aircraft for the VCAF measurement by installing the VCAF antennas, making the existing antenna cables available to VCAF technicians, or determining that no antenna functions are available, according to the instructions in Task 1; (2) send a chartered pilot with a D228 aircraft to Sun Valley Airport at 7:30 AM on the assigned day of testing; (3) meet with the test conductors on the ground and understand the procedures required for the test period; (4) take as passenger a flight test monitor who will observe the aircraft?s position and keep in close communication with the pilot about the aircraft?s position during the testing; (5) become airborne and perform a planned series of level flyovers, simulated takeoffs, and approaches over a microphone array, keeping in contact with the test conductors on the ground; and (6) land the aircraft and consult with the test conductors in a debrief meeting. This schedule will require use of the D228 for no more than 5 hours at Sun Valley and 2 hours? transit time. D328 ? The contractor will: (1) make ready a D328 aircraft for the VCAF measurement by installing the VCAF antennas, making the existing antenna cables available to VCAF technicians, or determining that no antenna functions are available, according to the instructions in Task 1; (2) send a chartered pilot with a D328 aircraft to Sun Valley Airport at 12:30 PM on the assigned day of testing; (3) meet with the test conductors on the ground and understand the procedures required for the test period; (4) take as passenger a flight test monitor who will observe the aircraft?s position and keep in close communication with the pilot about the aircraft?s position during the testing; (5) become airborne and perform a planned series of level flyovers, simulated takeoffs, and approaches over a microphone array, keeping in contact with the test conductors on the ground; and (6) land the aircraft and consult with the test conductors in a debrief meeting. This schedule will require use of the D328 for no more than 5 hours at Sun Valley and two hours? transit time. Government Furnished Equipment: A DM radio antenna with matching BNC RG58CU cable and a Novatel GPS L1 receiver antenna with matching TNC RG58CU cable will be made available to the contractor by VCAF in time to have the antennas and cables attached to the aircraft for the test. These antennas and cables will be returned to VCAF within 30 days of the completion of the test to the following contact: Clay Reherman, Environmental Measurement and Modeling Division, RTV-4F, Volpe National Transportation Systems Center, 55 Broadway, Cambridge, MA 02142. Schedule: Task 1a: Antenna arrangements with the contractor will commence according to the instructions in Task 1 as soon as an award is made. Task 1b: If the existing antennas must be tested for functionality, this functionality testing will occur over a two-hour period on December 9-10, 2006, 7 AM ? 10 PM local time or December 16-17, 2006, 7 AM ? 10 PM local time. At the time of this test, cables leading to the existing antennas must be available for connection to VCAF?s dGPS system. Task 2: The flight test will be undertaken in a single day, Saturday, January 20, 2007, at Sun Valley Airport in Bullhead City, AZ. The D228 test will take place from 7:30 AM ? 12:30 PM, and the D328 test will take place between 12:30 PM and 5:30 PM. The contractor will be paid for test flight time as well as the required travel time to and from Sun Valley Airport and the contractor?s place of business. The following field parameters must meet measurement requirements for this test to be conducted successfully: Wind speed <15 mph, temperature 36oF ? 95oF, relative humidity 20% - 95%, no snow or heavy rain. In the case of high wind or bad weather, a contingency day has been scheduled for Sunday, January 21, 2007. Period of Performance: Task 1a: Date of Award; Task 1b: December 9-10, 2006, or December 16-17, 2006 Task 2: January 20, 2007 (Contingency day scheduled for January 21, 2007). Please provide a price for each of the following Contract Line Items (CLINS): CLIN 0001 Mechanic 16 Hours, Unit Price $ _______ Total Amount $_________; CLIN 0002, D228, Aircraft Charter, 7 Hours, Unit Price $_______ Total Price $_______; CLIN 0003, D328 Charter 7 Hours, Unit Price $ ________ Total Price $________. All proposals should be marked with the RFQ number. FAR 52.212-1, Instruction of Offerors-Commercial Items (JAN 2005) is hereby incorporated by reference; The Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (APR 2005) are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.arnet.gov. A single award will result from this solicitation. Award will be made to the responsible Offeror whose offer conforming with the solicitation will provide the greatest overall value to the Government, considering that the schedule can be met and price. Responses must be received no later than 12:00 P.M. EST on December 7, 2006 to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RTV-6D2, 55 Broadway, Building 1, Room 1148, Cambridge, MA 02142. Responses may also be sent via email to marinok@volpe.dot.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call DOT Office of Small and Disadvantaged Business Utilization at (800)532-1169 or visit their website at http://osdbuweb.dot.gov.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN01189308-W 20061203/061201220451 (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.