SOURCES SOUGHT
99 -- Airborne Iceberg Reconnaissance Services
- Notice Date
- 7/11/2008
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1082 Shennecossett Rd, Groton, Connecticut, 06340-6096
- ZIP Code
- 06340-6096
- Solicitation Number
- HSCG32-08-I-R00022
- Response Due
- 8/11/2008
- Archive Date
- 7/11/2009
- Point of Contact
- Helen B Nelson,, Phone: 860-441-2843
- E-Mail Address
-
helen.r.nelson@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) INTERNATIONAL ICE PATROL (IIP) GROTON, CT. This is a Request For Information (RFI) as part of a market research effort to assess industry capabilities that will best address the USCG’s need to augment the IIP for airborne iceberg reconnaissance over the Atlantic Ocean near the Grand Banks of Newfoundland. The Contractor would provide the aircraft, sensors and ice observers. The IIP mission is to monitor iceberg danger near the Grand Banks of Newfoundland and provide the limits of all known ice to the maritime community. Currently, IIP uses USCG 1500 series HC-130 aircraft to conduct airborne iceberg reconnaissance. Iceberg observations are made by IIP using Forward Airborne Radar (FLAR) and Side Looking Airborne Radar (SLAR) supplemented by visual observations by trained ice observers. The iceberg reconnaissance requires the detection and identification of all significant ice targets and vessels in the search area. The search area would be determined by Commander, IIP. For icebergs, a significant ice target is defined as an iceberg 15 meters in length and 5 meters in height above water or larger. For vessels, a significant vessel is defined as vessel with a length of 10 meters or greater. Detailed identification of vessels is not required. The location of all targets detected in the search area must be fixed and recorded to an accuracy of +/- 250 meters or better. In addition, the position of the aircraft must be recorded a minimum of once per minute with a positional accuracy of +/- 250 meters. The Contractor’s aircraft must be fitted with a radar or other remote sensing system(s) that permit the conduct of reconnaissance in low or no visibility conditions. The radar and/or other sensors must be able to detect small icebergs and distinguish between vessels and icebergs in sea conditions up to 3 meters (significant wave height). If the radar and/or other sensors are unable to distinguish between vessels and icebergs, identification may be accomplished by descending to obtain visual confirmation. Information on the flight track and the location, identity, and time of all detected targets must be placed in a computer-readable MANICE format as prescribed in the Manual of Standard Procedures for Observing and Reporting Ice Conditions (latest revision) to be transmitted electronically to the IIP Operations Center. The manual is available at the Environment Canada web page http://ice-glaces.ec.gc.ca/WsvPageDsp.cfm?ID=172&Lang=eng. The flight report shall be transmitted electronically to and received by the IIP Operations Center within two hours of the landing of the reconnaissance airplane. The Contractor’s aircraft must be certified under U. S. Federal Aviation Regulations Part 135, “Commuter and On-Demand Operations” or equivalent. In addition, the aircraft service provider must be inspected and approved by the U.S. Department of the Interior’s Office of Aircraft Services (OAS) or by a civilian inspection service that uses OAS-like standards. Capability statements in response to this RFI shall include the following: (1) a description of the aircraft proposed to conduct the reconnaissance, including speed, endurance, and operating altitude, and personnel capacity; (2) description of the radar and/or other sensors that will be used to conduct the reconnaissance, including information on the capability of the systems to detect iceberg and vessel targets in the size range described herein, and the ability to distinguish between these targets for lateral ranges up to 30 nautical miles from the aircraft; (3) a description of the company history with regard to (a) company’s experience conducting reconnaissance; (b) accepted commercial practices for contract pricing; (4) Since the contractor will be providing the aircraft, sensors, and ice observers, list all costs (estimated) associated with providing the required reconnaissance services; (5) personnel qualifications of pilots, navigators, remote sensing system operators and ice observers; and (6) If a civilian inspection service is being utilized, certify whether or not OAS-like standards are being applied. The Government requests that no proprietary information be provided in response to this request for information. INFORMATION COLLECTED THROUGH THIS ANNOUNCEMENT WILL BE REVIEWED BY INDIVIDUALS FROM THE USCG AND FROM POTOMAC MANAGEMENT GROUP, INC., ALEXANDRIA, VA. This synopsis is for information and planning purposes only and does not constitute a solicitation. This synopsis is not 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 of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. Please limit electronic response to no more than ten pages. Responses to this market survey shall be sent directly to: Helen.R.Nelson@uscg.mil with a copy to Barbara.J.Lis@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 11 August 2008. For the purpose of business size determination, assume the North American Industry Classification System (NAICS) Code for this RFI is 481219. With regard to the NAICS Code, please identify if you are a large or small business in your response. PHONE CALLS WILL NOT BE ACCEPTED AND MESSAGES LEFT WILL NOT BE RETURNED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80b99ed8150a9dca93bdba13b331eebb&tab=core&_cview=1)
- Record
- SN01612450-W 20080713/080711221750-80b99ed8150a9dca93bdba13b331eebb (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 |