|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 A -- FLOWER GARDEN BANKS AERIAL SURVEY SOL RFQ-16135 DUE 072399 POC
Dotty Quinn, Contracting Officer, (703) 787-1365 This notice is a
combined synopsis/request for quotation in accordance with Federal
Acquisition Regulation Part 13. This announcement constitutes the only
request; quotations are being requested and a written Request for
Quotations will not be issued. This acquisition is a 100% set aside for
Small Business. The Government estimates the cost of $20,000 to
$28,000. This RFQ is based on funds not being currently available.
Award will be made only if funds are available for this project. PLEASE
READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE
THAT WILL BE ISSUED. STUDY: The study will observe coral spawns
released from the reefs at the Flower Garden Banks on September 3,
1999, and again on September 5, 1999, via aircraft remote sensing. The
observations will detect the presence of coral spawn in the surface
water surrounding satellite-tracked surface drifters deployed in the
spawns. The objective is to differentiate between the water containing
the spawn and the adjacent spawn-free waterin order to assess how well
the drifters stay with the spawn. METHOD OF OBSERVATIONS: The
observations will be made aboard a U. S. Coast Guard HU-25 Falcon
patrol aircraft based in Corpus Christi, Texas. The aircraft will fly
at an altitude of 10,000 feet and at a cruising ground speed of 200 to
230 knots. Two flights per day will be conducted over a five-day
interval beginning September 3, 1999 and ending September 7, 1999. The
observations will be made in the visible part of the electromagnetic
spectrum using a high-resolution, fast sampling, multi-filter digital
camera with some kind of post processing of the digital images to
enhance the contrast between spawn-bearing and spawn-free surface
water. Auxiliary data will be available. The aircraft will
simultaneously observe with its side looking radar (SLAR) and with
infrared and ultraviolet, film-based (non-digital) cameras. In
addition, a sample of spawn-bearing and spawn-free surface water will
be provided for laboratory examination to determine the optical
properties of the target spawn. This additional data may help with the
post-processing of the digital images. The aircraft will be guided
each day by updated, satellite-determined locations of the drifters and
a special, on-board radio direction finder tuned to the frequency of
the drifters" transmitters. SERVICES: Provide five full days of on-site
observations, making two flights per day from the U. S. Coast Guard Air
Station at Corpus Christi, Texas with roughly 1.5 hours of observation
time per flight. The contractor must provide the equipment and one
operator who will fly on the aircraft and operate the equipment. All
travel, transport, and subsistence arrangements must be made by the
contractor. The contractor will produce digital images using image
processing software to maximize the contrast between spawn-bearing and
spawn-free water. The images must be geographically located and time
and date stamped. The contractor shall use the auxiliary data mentioned
above to the full extent that it can help in the image processing. The
contractor shall determine the reflectivity, absorptivity, and
fluorescence of the spawn-bearing and spawn-free water samples. All the
auxiliary data will be provided to the contractor at no expense to the
contract. The contractor must construct an instrument mounting
platform that will fit over the aircraft's "drop hatch", which measures
three feet in length, two feet in width, and is four to six inches
thick. The platform must accommodate additionally the antenna of a
government-provided radio direction finder. The antenna measures five
inches by five inches at the base and is 21 inches long. The aircraft
can supply electricity at 120 Volts AC and up to 300 Watts of power,
however, the electricity is likely to be noisy. The instrument platform
shall be test-fitted on the aircraft sufficiently in advance of the
flights to allow for any needed modifications. The contractor shall pay
for all the transportation and modification costs of the instrument
platform. All equipment shall beU. S. Coast Guard certified for safety
and approved for on-board use prior to the flights. Directing the
flights over the target area, deploying and tracking the drifters, and
collecting and express shipping the water samples to the contractor's
facilities shall be the exclusive responsibility of the government.
The contractor shall have no responsibility to perform these functions
or pay for the costs incurred. Nor shall the contractor be responsible
for the operation of the aircraft or for any operating costs of the
aircraft including fuel. DELIVERABLES: Items to be delivered at the end
of the contract are the "navigated" digital images in some common
computer image format (e.g. JPEG or TIFF) and copies of a report
documenting the camera's imaging capabilities and the image collection
and image processing methods used. Ten hard copies and one digital
copy of the report in the WordPerfect or Microsoft Word format shall be
provided. The digital images shall be delivered on CD-ROMs. Delivery of
all these products shall be made on or before February 1, 2000. HOW TO
RESPOND: In order to compete for this project, interested parties must
demonstrate that they are qualified to perform the work by providing
before 4:00 PM, ET, July 23, 1999, a brief Capabilities Statement and
Cost Proposal. Capabilities Statement detailing: 1. key personnel
(those who would have the primary responsibility for performing and/or
managing the project) with their qualifications and specific
experience; 2. your organization"s experience with digital optical
remote sensing of the ocean from either fixed wing aircraft,
helicopters, or balloons. The contractor will have all the remote
sensing and image processing equipment and software needed to make the
observations; and 3. past performance with specific references
(including project identifier/contract number and description, period
of performance, dollar amount, client name and current telephone
number) for work of this nature that your personnel or organization is
currently performing or has completed within the last year. Include
any negative references and your rebuttal explaining your side of the
story. All references will be checked to validate the information
provided. The Cost Proposal must show labor, material, overhead,
benefits and other costs to perform the work. Offerors shall submit an
original and five copies of Capabilities Statements and Cost Proposal
to Ms. Dotty Quinn, Contracting Officer, Minerals Management Service,
Procurement Operations Branch, 381 Elden St., MS 2510, Herndon, VA
20170-4817. Your Capabilities Statement will be evaluated based on the
following: 1. the skills, abilities, education, professional
credentials and experience of proposed key personnel; 2. Equipment; 3.
the experience of your organization, including number, size, location
of projects, and complexity of similar projects completed by the
proposed project team and your organization to determine your potential
for success and contract award; and 4. the past performance of your
organization, including adherence to schedules and budgets,
effectiveness of cost control, the acceptability of previous products
delivered, effectiveness of program management, and the offeror's
willingness to cooperate with the customer in both routine matters and
when confronted by unexpected difficulties. Following review of all
Capabilities Statements and Cost Proposals received, an award will be
made based on best value. The following provisions Federal Acquisition
Regulations clauses are incorporated by reference: FAR 52.211-16,
Variation in Quantity (APR 84), 52.213-1, Fast Payment Procedures (FEB
98), 52.213-4, Terms and Conditions-Simplified Acquisitions (APR 98),
52.219-6, Notice of Total Small Business Set-Aside (JUL 96), 52.227-14
Rights in Data-General (JUL 87). 52.242-15 Stop-Work Order (AUG 89),
52.252-2 Clauses Incorporated by Reference (FEB 98). In accordance with
FAR 39.106 the software shall be certified to be year 2000 compliant.
Offerors can retrieve these clauses on the INTERNET at www.gsa.gov/far
or obtain a hard copy of the clauses by faxing a request to Ms. Dotty
Quinn on (703) 787-1387, or e-mail to dotty.quinn@mms.gov. Questions
about this requirement must be in writing and submitted by fax or
e-mail. Telephone inquiries are strongly discouraged. All inquiries
must include the RFQ number, your full name, organization name,
address, phone and fax numbers and be received before July 16, 1999,
noon. It is the responsibility of the offeror to ensure the
Capabilities Statement and cost proposal are received before the
date/time shown above. Small Disadvantaged Business Regulatory Change
Notice: The Federal Acquisition Regulation authorizes the use of price
and evaluation credits in industries where SDB prime contractors and
subcontractors have been underutilized. We ask that you inform your SDB
subcontractors that they should contact SBA's Office of Certification
and Eligibility at 800-558-0884 to obtain an application, or to log on
to SBA/s Website (www.sba.gov.sdb). If you are an SDB prime contractor
who is not SBA-certified, we also ask that you apply for certification.
Effective October 1, 1998, certified SDB prime contractors were
eligible for a price credit when bidding on Federal prime contracts.
Effective January 1, 1999, prime contractors who subcontract with
SBA-certified or self-certified SDBs are eligible for evaluation
credits. Please note that prime contractors may continue to rely on
self-certification of their SDB subcontractors through October 1, 1999.
For solicitations issued on or after October 2, 1999, prime contractors
must use SDB-certified SDB subcontractors in order to be eligible for
evaluation credits. Posted 07/12/99 (W-SN352841). (0193) Loren Data Corp. http://www.ld.com (SYN# 0009 19990714\A-0009.SOL)
A - Research and Development Index Page
|
|