MODIFICATION
B -- Thermal Imaging for Detecting of Industrial Gas Emissions in Crittendon County, Arkansas, and Memphis, Tennessee
- Notice Date
- 6/8/2006
- Notice Type
- Modification
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-06-00156
- Response Due
- 6/19/2006
- Archive Date
- 7/19/2006
- Description
- NAICS Code: 541990 THE SYNOPSIS ISSUED ON 5/31/06 IS HEREBY CHANGED TO A COMBINED SYNOPSIS/SOLICITATION. THIS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES IS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-06-00156. This procurement, which is 100% set aside for small business, has an associated North American Industry Classification System (NAICS) Code of 541990, with a small business size standard of $6 million. A. TITLE - "South Wind: Thermal imaging for detecting of industrial gas emissions in Crittenden County, Arkansas and Memphis, Tennessee" B. INTRODUCTION - The region adjacent to Crittenden county is home to numerous petrochemical and refinery operations, which contributes in part to the region's poor air quality. EPA Region 6, in cooperation with the Arkansas Department of Environmental Quality (ADEQ) and EPA Region 4, is investigating the utility of using remote sensing technologies to detect fugitive gas emissions from industrial facilities and pipeline corridors. The use of remote sensing will enable facility owner/operators, environmental agencies and local government officials to identify likely sources of emissions that may not be included in traditional emission inventories. Recent advances in thermal imagery data collection yield more detailed information at higher resolutions, offering the capability to detect unknown or unauthorized chemical releases or disposal on land, air, and water. Thermal remote imaging provides an opportunity to survey a wide area of potential fugitive emissions sources with a high degree of accuracy and certainty. This technology can also identifies the likely sources in areas that are difficult and hazardous to access with traditional sampling techniques. The requirements for this project dictate the use of advanced remote imaging technologies. Atmospheric releases (or emissions) of gas compounds can be detected only by using imaging systems that can collect data in the thermal or mid to longwave infrared (MWIR to LWIR) region of the electromagnetic spectrum (defined from 3-14 micrometers). It is in this region most gaseous chemical compounds have spectral features that are used for identification purposes. The instrument must meet the following performance requirements (see technical criteria document for more details): (1) spectral range: within the window of 3 - 14 micrometers (2) image locating ability: GPS unit required. Results from this project will support priority research in the Environmental Protection Agency (EPA), specifically for the Clean Air Act (as amended). C. OBJECTIVES - The objective of this acquisition is to acquire thermal imagery at high spatial resolution in order to identify fugitive gaseous chemical compounds and locate them at an acceptable level of accuracy. This procurement of services is part of an ongoing "proof-of-concept" project to determine if thermal imaging systems can detect fugitive gas discharges and emissions to direct further sampling using standard analytical chemistry methods. D. SCOPE OF WORK - The U.S. Environmental Protection Agency requires the contractor to perform the following tasks: TASK 1. PREPARATION OF WORKPLAN - Contractor shall prepare a detailed workplan for the project. The workplan shall detail: (1) an understanding of the project goals and objectives; (2) the technical specifics and performance details of the thermal sensor to be used in the project; (3) assurances that the sensor package can be integrated into an aircraft platform without significant engineering modifications; (4) details of the analytical process used to identify gas phase compound releases; (5) method used to geo-locate identified releases using GPS technology. TASK 2. FUGITIVE EMISSION SURVEY - SUBTASK 2.1. THERMAL IMAGERY ACQUISITION. - 1. The contractor shall acquire thermal imagery data in the vicinity of Crittenden County, Arkansas and Memphis, Tennessee. Data will be collected along the Mississippi River and in urban areas in Memphis and West Memphis. Accurate maps and supporting documentation will be provided. The Contractor will utilize an imaging or scanning instrument that is able to collect single (panchromatic), multispectral (defined as 2-50 individual bands), or hyperspectral (defined as more than 100 separate but continuous bands) over the MWIR - LWIR portion of the electromagnetic spectrum (3 - 13 micrometers). The sensor shall be able to detect (defined as being able to determine/isolate an object from the background) gas phase hydrocarbon compounds, including single and double bond species such as methane, butane, ethane, propene (propylene), and ethene (ethylene). The output of the sensor system shall allow visualization of the gas leak plume in real-time. The contractor shall provide personnel and equipment to support one (1) field team and one (1) airborne team (see subtask 2.2). The field team shall have the necessary equipment to document all activities and have personal protective equipment (hardhat, flame retardant coveralls, safety glasses, hearing protection) to enter chemical plant and refineries. There will be no confined space work. These are the specific qualifications for task 2: (1) knowledge in the operation of thermal cameras, particularly the FLIR GasfindIR; and, (2) the offeror shall have knowledge and experience in using these devices for Leak Detection and Repair (LDAR) applications, that is monitoring industrial facilities for fugitive gas or vapor phase compound leaks and documenting discovered leaks including GPS position. The contractor is expected to be able to deploy and operate the instrumentation independently and without direct supervision by the project principle investigator. The contractor is expected to understand how to operate the instrumentation in order to acquire the best possible data under a variety of environmental conditions. Due to the research nature of this project, no formal standard operation procedure (SOP) has been developed, although a SOP for this type of work will be drafted as a result of this activity. No training on the use of the instrumentation will be provided by EPA. Potential contractors requiring training may wish to contact the ITC below. ITC Americas (Infrared Training Center), 25 Esquire Rd., N. Billerica, MA 01862 USA, Telephone: 1-978-901-8405 Toll free in the U.S.: 1-866-TrainIR (866-872-4647), Fax: 1-978-901-8832, E-mail: info_us@infraredtraining.com, Webmaster: gary.orlove@infraredtraining.com. SUBTASK 2.2 AIRBORNE PLATFORM AND FLIGHT OPERATIONS. The large area under investigation in this project necessitates the use of aircraft for wide area survey of fugitive gas emissions. Targets of interest for image acquisition for fugitive emissions survey include long pipeline corridors, storage tanks, and petrochemical production units. The contractor shall procure the services of an acceptable helicopter or fixed wing aircraft to be utilized for the data collection. The contractor shall be able to integrate their sensor package without the need for extensive engineering or machining or require additional FAA airframe recertification. Mission flight hours are not to exceed (NTE):40 hours total. This shall include 1 test flight hour. The total number of days are NTE 5 mission days (including aircraft ferry time). TASK 3. GEO-LOCATION OF EMISSION SOURCES - The contractor shall provide a method to geo-locate the identified fugitive emissions, either in real time or post flight using GPS technology. TASK 4. IMAGE AND DATA OUTPUT - The contractor shall provide all imagery and data collected during flight operations. Imagery data may be in the form of video (MPEG or similar) or frame image format such as TIFF or JPEG. Any calibration and ground control data shall be provided as well. E. DELIVERABLES REQUIRED, DUE DATES, and PAYMENT SCHEDULE - Deliverables - Thermal camera or scanner imagery of areas in Crittenden County, Arkansas and Memphis, Tennessee (as specified in task one) collected during the period of performance. Data shall be delivered as follows: (1) non-proprietary format (MPEG video or similar, TIFF, JPEG, or binary) imagery; (2) any associated radiometric calibration data; (3) all field logs, documentation (including GPS locations, pictures, video, notes). Data shall be delivered on IDE hard drives, CDROM or DVD. Payment Schedule - Contractor will be reimbursed for services upon acceptance of deliverables as detailed in section F. F. ACCEPTANCE CRITERIA - Upon completion, the deliverable will be reviewed by the EPA Project Manager. The following criteria shall be used in the review process to determine acceptance of the deliverable: (1) Does the deliverable accurately cover the proposed Study Area? (2) Can the gas phase emissions be identified against the background with a reasonable level of confidence? (3) Is the data readable and in an acceptable format for analysis? (4) Does the imagery accurately represent the surface conditions and is it reasonably free of clouds and atmospheric interference and free of excessive tip, tilt and crab in the aircraft platform? (5) Can identified gas phase compound emissions be geolocated and mapped? G. PERIOD OF PERFORMANCE - Upon award of the contract through four (4) months thereafter. H. SUGGESTED SKILL MIX - The team assembled for this contract should include a task lead/manager with expertise in directing the acquisition of thermal imagery. Team personnel shall have knowledge and experience with the sensor used for the data acquisition, including all aspects of the sensor operations and the ability to perform minor repair and adjustments of the system while the unit is deployed. The task lead must also be responsible for all image analysis, geo-registration and other post processing such as product generation. I. TRAVEL PLAN - Travel to the study area will be required for data acquisition. J. QUALITY ASSURANCE PROJECT PLAN - A brief quality systems and implementation plan (i.e. narrative statement) shall be prepared by the contractor providing information which addresses: (1) how the contractor will ensure that the data are entered accurately into the final database; (2) how the contractor will ensure that data are not being corrupted during data manipulation; and (3) how the contractor will ensure that the final output is accurate. This implementation plan may be included as part of the award package or as a separate document after contract award, but before any work is initiated. If submitted prior to award, it should be submitted separate from the technical proposal. Project officer for this action is David J. Williams at (919) 541-2573. [END OF TASKS.] All work on this contract shall be completed within four (4) months of issuance of the order. The following FAR provisions apply to this solicitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government With Alternate I; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act--Supplies; and 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration. Additionally, the following custom clauses apply: N. C. Sales Tax Exempt; Project Officer; and, Partial Payment Authorized. All offerors are to submit evidence of registration in the Central Contractor Register with their proposal. Offerors should review any information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd/. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Arrow down below that section to COMMERCIAL BUY CLAUSES AND FORMS for full-text versions of FAR Part 12 clauses and provisions included in this procurement. It will be the responsibility of offerors to periodically check this site for changes/amendments to this requirement. Offerors should submit two copies each of the technical proposal and price proposal. The technical proposal must address each of the following elements: 1. Technical Approach - Summary: This project requires the wide area survey of numerous petrochemical and refinery facilities, pipeline corridors, and storage tank sites. The requirements of the project are: (1) Provide a spatial representation (image) of landscape features in the thermal region of the electromagnetic spectrum (3-13 microns). The image data must be a sufficient spatial resolution as to allow for the discernment and identification of objects in the scene. (2) In Real Time: Detect the presence of gas phase hydrocarbon compounds at various concentrations and release rates. Detect is defined as being able to determine/isolate an object such as a plume of gas against the background. (3) Acquire the thermal imagery over large spatial regions that may include multiple targets of interest (i.e. petrochemical product units, storage tanks). (4) Provide geo-locations of the detected releases using GPS technology. The offeror must demonstrate the ability to: Provide a thermal camera or scanner capable of meeting the requirements of this project. Technical Criteria: Sensor type: digital camera (video or frame-grabbing) or scanner (line or scanning mirror) with image storage capability. 1.1.2 Sensor wavelength range: within the window of 3-16 microns. 1.2 Integrate the camera/scanner into a suitable aircraft (fixed wing or helicopter) without substantial engineering work or airframe modifications. Technical Criteria: 1.2.1 System is to installed and operational in under 4 man hours. FAA recertification will be not be permitted. 1.3 Operate the camera/scanner system and acquire thermal imagery data over the large spatial area defined in the project. Store all imagery and associated data on accessible media (DVD, CDROM, or other). Technical Criteria: 1.3.1 Camera/scanner system must be able to image and collect data continuously (video stream as opposed to single frame capture). 1.3.2 Camera/scanner optics must be able to be directionally pointed (off-nadir, off-track) as needed to image areas of interest. 1.3.3 System must store all data electronically and be able to be accessed/downloaded. 1.4 Analyze acquired data in real-time for chemical detection. Technical Criteria: 1.4.1 Gas phase chemical emissions must be able to be identified against the non-target background in real-time (at the time of imaging/data collection). Example of this is image contrast enhancement showing a chemical plume that is distinct from the rest of image. 2. Qualification of Personnel - The offeror must have demonstrated expertise in directing the acquisition of thermal imagery and have knowledge and experience with the sensor used for the data acquisition, including all aspects of the sensor operations and the ability to perform minor repair and adjustments of the system while the unit is deployed. Technical Criteria: 2.1 At least two documented examples of successful projects that used thermal imaging for gas phase chemical emissions detection, where the offeror was in direct control of the technical aspects of the data collection. 2.2 Show engineering level understanding of the sensor system to be used in the project, as demonstrated by either ownership and maintenance of the system or extensive use (operating the system over 6 times over the course of a year). 3. Past Performance Technical Criteria: 3.1 At least two documented examples of successful projects that used thermal imaging for gas phase chemical emissions detection. Documentation shall include summary of what types of compounds where detected, contact person for followup verification, and example image products produced. 4. Management Plan Technical Criteria: 4.1 Plan that shows the organizational responsibilities of each member. 5. Quality Assurance/Quality Control Program Technical Criteria: Plan that shows how the contractor will ensure that the data collected is accurate and that data is not being corrupted during data manipulation. The price proposal must be broken out by price for each Task, with all costs applicable to each broken out; i.e., labor, travel, supplies, etc. Award will be made to the offeror whose offer is determined to be the most advantageous to the government, price and other factors considered. Partial payment will be authorized to enable the contractor to incrementally bill after completion and acceptance by the government of work to be accomplished under each Task. For delivery of proposals via the U. S. Postal Service, the address is U. S. Environmental Protection Agency, Attention Anna Mustard, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711. Address for delivery via courier and/or carried by hand is U. S. Environmental Protection Agency, Attention Anna Mustard, RTP Procurement Operations Division (D143-01), 4930 Page Road, Durham, NC 27709. All offers are due by Ju
- Record
- SN01065383-W 20060610/060608221411 (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 |