Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

B -- LOS ANGELES INTERNATIONAL NORTH AIRFIELD STUDY

Notice Date
8/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07214057Q-AMJ
 
Response Due
8/24/2007
 
Archive Date
8/9/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a safety assessment report of Los Angeles International (LAX) North airfield operations. NASA Ames has a requirement for study of specific operational and safety issues in order to plan and implement a comprehensive improvement and expansion of the airfield facilities at LAX. This study requires an assessment of the potential effects of the proposed changes to North field configuration on safety and operational efficiency, and a recommendation for implementation action. This study will thoroughly examine the proposals for runway configuration change and identify credible, significant benefits that may be realized by completion. Documents attached to this synopsis can be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126322 . These documents include: (a) The complete Statement of Work. (b) Los Angeles International Airport, North Field Assessment, prepared for LAWA by URS Corporation, May, 2007. (c) Analysis of LAX North Airfield Alternatives, prepared for LAWA by International Aviation Management Group, Inc. May 2007. (d) Los Angeles International Airport Runway Incursion Studies: Phase III, Center Taxiway Simulation, NASA / TM-2004-212807, NASA Ames Research Center, August 2004. Requirements for this study are as follows: Must be based on historical runway safety data, traffic demand forecasts, available technology, and include a recommendation for action. A comprehensive evaluation and report of proposed airfield configuration options with principal regard to safety and operational efficiency. Consideration must be given to projected traffic growth, accommodation of new requirements for Group VI aircraft operations, and emergent technologies or equipment that may be employed to improve safety or efficiency. Major tasks for this study are as follows: Review existing reports and development plans to understand background and prior work. Previous reports and background information that are integral to the Master Plan or Plan Amendment study will be provided by the Government and LAWA. Identify the underlying causes of runway incursions and assess the severity of the problem, considering future traffic requirements and configuration options. This requires the review of Aviation Safety Reporting System (ASRS) reports and other sources of Runway Incursion data for the past 20 years, considering only major incidents for those older than 10 years. Evaluate the impact of forecast fleet mix changes on the potential for future runway incursions, with special consideration of regulatory compliance for Group VI operations and potential impact of South Field operations on North Field configuration changes. In forecasts of the future traffic and fleet composition LAWA agreements for limitation of practical capacity for 2025 (2200-2300 daily operations) should be used. Analyze the likely effectiveness of specific airfield improvements (e.g. marking, signage, and lighting) for reducing potential future runway incursions, taking into account the past 20 years of runway incursions and other surface incident history at LAX. Consider the likelihood of reducing the potential for runway incursions and improving operational efficiency through use of available technological improvements, such as; runway status lights (RSLs) and ASDE-X. Prepare a report of your findings on the above items, recommending whether further action should be taken to reduce the safety risk on the North Airfield at LAX and what that action should be. Deliverables for this study are as follows: A preliminary report of the findings and recommendations developed through the tasks listed above is required 30 days prior to contract completion. This preliminary report will be reviewed and returned for revision within 10 days of receipt. A final report of findings and recommendations, incorporating revisions required by the preliminary review is required at contract completion. Period of Performance for this study is as follows: Contract is to be for a period of 3 months from the date of contract award. The provisions and clauses in the RFQ are those in effect through FAC 05-18. The NAICS Code and the small business size standard for this procurement are 541710 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Deliveries to NASA Ames Research Center are required within 30 days ARO. Deliveries shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00PM PDT, August 24, 2007, by any of the following: mailed to NASA Ames Research Center, Attn: Mr. Jason L. Koski, Mail-Stop 241-1, Building 241, Room 209, Moffett Field, CA 94035-1000; or faxed to (650) 604-0912; or e-mailed to jkoski@mail.arc.nasa.gov and must include: solicitation number, FOB destination to this Center, proposed schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be submitted in writing to Mr. Jason L. Koski (e-mail to jkoski@mail.arc.nasa.gov or fax to (650) 604-0912) no later than 4:00PM PDT, August 20, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, past performance, and price. Other critical requirements: Extent to which the SOW tasks are addressed in the proposal; Technical feasibility of the proposed approach; Credentials and past related experience of the contractor; Cost; shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be may be obtained via the internet at URL: http://orca.bpn.gov/ . Please indicate on quotation if the vendor?s Representations and Certifications have been entered at ORCA. Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm's banking information for the electronic funds transfer (EFT) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of solicitation amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126322)
 
Record
SN01368053-W 20070811/070809222818 (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.