SOLICITATION NOTICE
T -- HELICOPTER FREQUENCY DOMAIN ELECTROMAGNETIC SERVEYS IN POWDER RIVER BASIN, WYOMING
- Notice Date
- 3/11/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ26-08NT000323
- Response Due
- 3/26/2008
- Archive Date
- 9/26/2008
- Point of Contact
- Robert Mohn, Contracting Officer, 412-386-4963, mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963, mohn@netl.doe.gov
- E-Mail Address
-
Email your questions to Robert Mohn, Contract Specialist
(mohn@netl.doe.gov)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: HELICOPTER FREQUENCY DOMAIN ELECTROMAGNETIC SURVEYS IN POWDER RIVER BASIN, WYOMING This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-08NT000323 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following: Helicopter frequency-domain electromagnetic survey of Dead Horse, Beaver Creek, and Headgate Draw study areas in the Powder River Basin in northeastern Wyoming, USA flown at an interline spacing of 50 meters totaling 2450 line-kilometers including tie lines in accordance with the statement of work below: STATEMENT OF WORK Helicopter Frequency Domain Electromagnetic Surveys in Powder River Basin, Wyoming This requisition is for a helicopter frequency-domain electromagnetic survey of three areas in the Powder River Basin in northeastern Wyoming, USA. The surveys will total 2,450 line kilometers (including tie lines, if needed) and be flown at an interline spacing of 50 meters. A map of the flight areas can be obtained by contacting Jim Sams (412) 386-5767; email james.sams@netl.doe.gov. The purpose of the survey is to map the electromagnetic signature of the upper 20-30 meters to identify lithologic heterogeneities and potential salt deposits. The respondent will provide everything needed to conduct the survey including helicopter, pilot, frequency domain electromagnetic instrument, field crew, and all fuel, supplies, and replacement parts. The total cost is to include mobilization/demobilization costs plus the cost of ferrying helicopter and equipment from site to site. The instrument shall be calibrated daily and will be supervised by an NETL provided QA/QC reviewer. The QA/QC reviewer, NETL personnel, and the airborne contractor will meet daily to discuss changes in instrumental parameters or flight plan that might improve survey results. When possible, these changes will be implemented by the airborne contractor on the next day???s flight. NETL will not compensate the airborne contractor for flight lines where the acquired data do not meet standard quality control measures, include flight path deviation, altitude deviation, sferics, etc. However, NETL will compensate the airborne contractor for lines with acceptable data that are reflown at NETL???s request. The airborne contractor will provide raw survey data to NETL and the QA/QC reviewer in a digital format (eg. a XYZ file or Geosoft GDB files) at the end of each survey day. The final data will consist of a digital archive that contains ??? Location, flight, electromagnetic and magnetic data in Geosoft??? database format ??? Grid archives of up to 5 coplanar apparent conductivity maps, total magnetic field in ERMapper .ERS format ??? PDF format of the final logistical and processing report ??? Digital Video Files The final data shall be filtered, leveled, and calibrated. The data and report will be provided to NETL no later than 1 month after the completion of the survey. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation ??? Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 541360. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on March 26, 2008. All quotes should be E-mailed to Robert.Mohn@netl.doe.gov and Garret.Veloski@netl.doe.gov. All technical questions should be directed to the Technical Representatives Mr. Garret Veloski at 412-386-5809.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/9CE9052D12E58DC7852574090060864B?OpenDocument)
- Record
- SN01529248-W 20080313/080311223636 (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 |