Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOURCES SOUGHT

F -- PRESCRIBED BURN AERIAL SUPPORT

Notice Date
7/23/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-12-R-6000
 
Point of Contact
Patricia A. Christie, Phone: 9165575228
 
E-Mail Address
Patricia.A.Christie@usace.army.mil
(Patricia.A.Christie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Prescribed Burn Aerial Support Former Fort Ord, Monterey, California This is A SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of firms to perform environmental services and support at the former Fort Ord, Monterey County, California. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback via email to Patricia.A.Christie@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. We encourage all firms to respond, including, but not limited to, HUB Zone, 8a, SDVOSB, Small Business and "Other than Small" Business. Project Description: The US Army Corps of Engineers, Sacramento District, is offering the opportunity to participate in the aerial operations of the 2012 scheduled prescribed burn operation at the Former Fort Ord, Monterey, California. There is one land unit scheduled to be burned in 2012; Unit 10 located within the Impact Area Munitions Response Area (MRA). Unit 10 encompasses 327 gross acres, of which 87 acres will be masticated prior to the burn to create the containment line. Aerial operations will include ignition and suppression of the prescribed burn, as well as air traffic communication. Schedule: The 2012 burn season is established as the time between September 15, 2012 and December 31, 2012. The prescribed burn may be conducted only within that time frame. It is important to note that the meteorological burn prescription developed for these operations is extremely restrictive, and all equipment, personnel, and materials must be available to mobilize to the site within a narrow time frame. Typical prescribed burn mobilization is as follows: • The project meteorologist identifies a potential burn window. Contractors will be advised of the potential to start burn operations. • Presidio of Monterey Fire Department (POMFD) Fire Chief will order a full mobilization to start the Prescribed Burn in two days. Typically this notice will come between 12:30pm and 3:00pm (day zero). • The afternoon after notice to mobilize (day one), aerial support crews and ground support crews will arrive on site. Crews will receive unexploded ordnance (UXO) training, perform equipment inspection and standardize radio communications. All helicopters/pilots, communication trailers/operators and heli-torch batch truck with Heli Torch Batch Manager shall be on site no later than 5:00pm. • The morning of the second day after notice to mobilize (day two), crews will receive specific instructions on the burn operations from POMFD. • If meteorological conditions are favorable, the ignition of the burn will take place (generally) between 08:00am and 10:00am (day two). If meteorological conditions are questionable, crews may be asked to standby on site until meteorological conditions turn favorable. If meteorological conditions continue to stay questionable, crews will be relieved for the day and asked to remain ready for the following morning. If the meteorological window closes, notice will be given to demobilize. The prescribed burn will be conducted at the next available meteorological window of opportunity. • If meteorological conditions are favorable, aerial ignition operations are expected to last four to six hours (day two). Helicopters will then switch to suppression operations which are expected to last until twilight. • The following morning (day three) POMFD will determine if there are still areas inside the burn unit which need to be ignited, as well as areas which need additional suppression/mop-up operations. • As the mop-up operations progress, the POMFD will begin discharging helicopters for demobilization. If prescribed burn operations proceed according to plan, all helicopters will be discharged on day three. Equipment and Support Personnel: The contractor selected must be able to provide the following equipment and staff. Equipment Type Quantity Type II Helicopters for suppression (one unlimited use) 4 Type III Helicopters for ignition and suppression 3 Helicopter Support Trailer (aerial communications) 2 Helicopter Fuel Truck - with adequate fuel to complete burn unit 1 Heli-torch Batch Truck - adequate fuel and gelling agent to complete burn unit 1 Heli-torches with redundant igniters - 90 to 125 foot long lines 4 Water Drop Buckets - 100 foot long lines 4 Helicopter Support Trailer 2 Staff Title Quantity Heli-base Manager 1 Heli-torch Manager 1 Helicopter Support Trailer Operators 2 Air Traffic Radio Operators 2 Helicopter Pilots 7 Insurance: The contractor shall have at a minimum, the following coverage: A. Workers' Compensation - $1,000,000 per occurrence. B. The Contractor must carry - $5,000,000 Comprehensive General Liability - per occurrence for bodily injury and property damage. C. Automobile Liability - $1,000,000 per accident for bodily injury and property damage. D. Pollution Liability to cover clean-up cost - $1,000,000. The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective contractor's project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1. Offerors name, addresses, point of contact, phone number, and e-mail address. 2. Offerors interest in submitting a proposal on the solicitation when it is issued. 3. Offerors capability to perform a contract as evidence by comparable work performed within the past five years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4. Offerors type of small business and Business Size ("Other than Small" Business, Small Business, HUB Zone, Service Disabled Veteran Owned and/or Small Business, 8(a), etc) and any applicable SBA certifications. 5. Department of Interior and United States Forestry Service, previous and current contracts, 6. Resumes of proposed key personnel: Project Manager, Heli-base Manager, Heli-torch Manager, 7. Any special terms and conditions which your company would require in a scenario like this, 8. Any reasons your firm would not be able to meet the schedule or insurance requirements, 9. Exclusions from the listed schedule or equipment/personnel which you are not able to deliver, and 10. Offerors Joint Venture information if applicable existing and potential Offerors office locations and staffing. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements are requested regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the U. S. Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This sources sought is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on August 24, 2012. Submit response and information to: Patricia Christie, CECT-SPK, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Patricia.A.Christie@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-R-6000/listing.html)
 
Place of Performance
Address: Former Fort Ord, Monterey County, California, United States
 
Record
SN02811390-W 20120725/120723234813-415d204f4b695dbbcdf6251d69a5809b (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.