Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOURCES SOUGHT

B -- Pilot Study of Aerial High-Definition Video Surveys on the Atlantic OCS

Notice Date
12/28/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MMS Procurement Branch, HQ381 Elden Street, MS 2102HerndonVA20170-4817US
 
ZIP Code
00000
 
Solicitation Number
M10PS00157
 
Response Due
1/28/2010
 
Archive Date
2/27/2010
 
Point of Contact
Algarin, Lisa A 703-787-1120, algarinl@mms.gov
 
E-Mail Address
Algarin, Lisa A
(algarinl@mms.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR CAPABILITY STATEMENTS The Minerals Management Service (MMS) of the Department of the Interior intends to competitively award a contract to conduct the study Pilot Study of Aerial High-Definition Video Surveys for Seabirds, Marine Mammals and Sea Turtles on the Atlantic OCS. The anticipated period of performance will be two years from the effective date of the contract. The estimated budget for this project is between $700,000 and $900,000. The applicable NAICS Code is 541990: All Other Professional, Scientific, and Technical Services. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. PURPOSE: The MMS seeks to develop a safe, effective, affordable and scientifically valid sampling protocol for high-definition video aerial transect surveys to determine seasonal and annual variation in distributions and abundances of birds along the Atlantic coast of the United States from the shoreline to 30 miles offshore and to test the utility of the technique for surveys of marine mammals and sea turtles. Because the technology is recent, there is no established best protocol for conducting such aerial surveys. The MMS wishes to build on the European experience by initiating a pilot study that will: 1) develop a recommended sampling protocol for such surveys, 2) field test and evaluate different combinations of aircraft, high-definition video camera systems, camera mounting systems and control systems suitable for such surveys and recommend one or more of these combinations3) evaluate and recommend onboard data recording and storage systems, 4) determine and describe a calibration method for obtaining and maintaining desired transect width at flight altitudes of 300 to 600 meters, and 5) develop software to automate the analysis of digitally-recorded aerial video surveys. Aircraft evaluations may consist of review of literature and technical specifications to identify aircraft and camera/control systems likely to be most suitable, but should also include actual flight testing of selected aircraft. Flight tests should evaluate maneuverability, safety, and flight performance characteristics of aircraft fully loaded with all hardware and flight crew necessary to collect and record the video data. SCOPE OF WORK: In Task 1, the Contractor shall collect relevant data and information to evaluate the potential of various aircraft for safe and efficient conduct of aerial surveys offshore on the Atlantic OCS. For Task 2, the Contractor shall evaluate existing high definition video cameras and mounting systems for effectiveness in a marine environment, convenience of use and in-flight maintenance, and compatibility with the aircraft selected in Task 1. In Task 3, the Contractor shall develop protocols for calibration of camera controls to obtain and maintain desired transect width at known flight altitudes. For Task 4, the Contractor shall evaluate and recommend onboard digital data recording systems suitable for aerial surveys using the selected aircraft. In Task 5, within available resources, the Contractor shall determine the flight characteristics and performance of selected aircraft with all necessary payload (including camera(s), mounting and control systems, data recording systems, and flight crew) to determine safety and maneuverability of fully-loaded aircraft. For Task 6, the Contractor shall propose an aerial survey transect grid or series of grids that constitute a scientifically valid and economically efficient sampling protocol to estimate seasonal and annual changes in distributions and abundances of seabirds from the Maine/Canada border to Miami, FL and from the coast to 30 miles offshore. In Task 7, the Contractor shall develop software to automate the analysis of digitally-recorded video data to the extent possible. For Task 8, the Contractor shall evaluate the effectiveness of high definition video aerial surveys for detecting and estimating abundances of birds, marine mammals and sea turtles. In Task 9, the Contractor shall develop and present an estimate of the total cost per square mile surveyed, including all costs from travel and payroll to flight costs, hardware, and data analysis costs. For Task 10, the Contractor shall synthesize the data and information gathered, prepare a final report, and, as appropriate, write and submit an article(s) describing the research results to a peer-reviewed journal. HOW TO RESPOND: In order to compete for this contract interested parties MUST demonstrate that they are qualified to perform the work by providing a Capabilities Statement detailing: (1) your key personnel (those who would have primary responsibility for performing and /or managing the study) with their qualifications and specific experience. The Offeror shall provide information on which tasks each key person shall perform, qualifications for completing those tasks, and the rationale for that assignment. Also describe (2) field and analytical facilities and equipment, (3) relevant organizational experience, and (4) provide specific references including contract number & project description, period of performance, dollar amount, client identification with the point of contact, telephone number, and email address for previous work of this or similar nature that your key personnel or organization has performed within the last three years (references will be checked.) If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem. Following review of all Capabilities Statements, a list of those Offerors deemed most qualified to perform the work will be established. Offerors will then be contacted and informed of the Governments evaluation of submittals. Further details of proposal requirements and logistical considerations will be provided at that time. Proposals shall consist of an oral technical proposal, written technical proposal and project management plan, and written cost/business proposal. Your Capabilities Statement will be evaluated based on: (A) demonstrated experience and expertise of all key technical personnel including identified Project Manager, especially as regards to their knowledge and experience in light of specific tasks to be performed. (B) Demonstration of adequate facilities and equipment to complete the tasks. (C) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables; and completing similar projects on schedule and within budget. RESPONSE DATE AND SUBMISSION: Please send the original and four copies of the Capabilities Statement to the Department of the Interior, Minerals Management Service, 381 Elden Street, MS 2101, Herndon, VA 20170-4817, Attn: Lisa Algarin, Contracting Officer, no later than February 1, 2010. Any questions regarding this procurement should be emailed to lisa.algarin@mms.gov or faxed to 703-787-1041, specifying youre your full name, organization name and address, and phone and fax numbers. Please include the solicitation no. M10PS00157 and project title in the subject line of the email. TELEPHONIC QUESTIONS OR REQUESTS ARE STRONGLY DISCOURAGED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/PO/M10PS00157/listing.html)
 
Record
SN02031905-W 20091230/091228234051-129a8c4f9be4a0200182a30d66a387bd (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.