SOURCES SOUGHT
F -- US Forest Service Firefighting Aircraft Study
- Notice Date
- 1/30/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
- ZIP Code
- 83705-5354
- Solicitation Number
- AG-024B-S-12-0003
- Archive Date
- 3/1/2012
- Point of Contact
- Kellen A. Logan, Phone: 208-387-5361
- E-Mail Address
-
klogan@fs.fed.us
(klogan@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a request for information only as defined in FAR 15.201(e). The government does not intend to award a contract from this announcement or to otherwise pay for the information solicited, but is seeking information on available sources capable of providing a firefighting aircraft study resulting in a report identifying the appropriate number and types of aviation resources necessary to effectively meet future fire management needs. The U.S. Department of Agriculture -Forest Service (USFS) has a multi-faceted mission that involves management of the National Forest System, cooperating with State and local agencies, and providing wildfire protection. The aerial firefighting mission is extremely complex in terms of aircraft use, aircraft characteristics, bases, contracts, costs, dispatching, mission objectives, tactics, strategy and communications. The USFS contracts large fixed-wing aircraft configured with retardant delivery systems to drop retardant on wildfires. These aircraft are commonly referred to as airtankers (Type 1 >3000 gallons and Type 2 1800-2999 gallons). The Forest Service also contracts heavy helicopters for water delivery to the fireline. Fixed-wing water scooper aircraft have not been directly contracted to the USFS, but have been used through interagency contracts and agreements. Under current practices, the USFS uses a broad range of tactical and strategic approaches with airtankers including direct and indirect attack under initial attack, extended attack and large fire support. A USFS-appointed Technical Team (USFS Team) consisting of fire operations specialist, fire scientists, an aviation specialist, and fire planners, will oversee this analysis, provide data and data access and provide subject matter expertise. A USFS Team Project Leader will be identified to the contractor upon contract award. GENERAL REQUIREMENTS: The Forest Service Incident Support Branch is seeking small business vendors who can provide research and analysis to include 1) Review of the scientific literature and internal or contracted reports related to airtanker, helicopter and scooper use, aircraft characteristics, bases, contracts, costs, dispatching, mission objectives, tactics, strategy and communications which identify how the variety of aviation missions have been modeled in the past and a review of past studies to identify the primary factors that influence appropriate fleet composition. 2) Define the utility and operational parameters of large airtankers (LAT), heavy helicopters (defined as Type 1), and water scoopers in accomplishing the variety of aviation missions supporting wildfire management, including summary of the circumstances (fire management types; Type 5- Type 1, fire size, missions, basing, dispatching, geographic and logistical factors) under which each aircraft type can effectively operate. The data in the final report shall be documented by aircraft class (LAT, heavy helicopters and water scoopers) and aircraft type; and 3) Examine recent (CY 2000- CY 2011)aviation usage trends (including fire type/size) and explore how various combinations of new and existing aviation resources could meet capacity and demand levels projected from historical use. Access to the data will be provided by the FS immediately after contract award. This analysis shall identify the appropriate mix of airtankers (Type 1 and Type 2), heavy helicopters (Type 1) and water scoopers. SUBMITTAL INFORMATION: Qualified Interested Offerors must respond to Kellen Logan, by Wednesday, February 15, 3:00 PM MST. via email: klogan@fs.fed.us. Questions should be submitted by email as well.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-12-0003/listing.html)
- Place of Performance
- Address: Work can be performed at contractor headquarters however regular meetings will be required in Washington, DC., United States
- Record
- SN02663954-W 20120201/120130234801-f3ddadf6f4a9b2667e5d7c818537d715 (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 |