Alaska Bids > Bid Detail

AIR SERVICES - SEA ICE BUOY DEPLOYMENTS

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159261295262575
Posted Date: Feb 9, 2024
Due Date: Jan 16, 2024
Source: https://sam.gov/opp/e83a310a57...
Follow
AIR SERVICES - SEA ICE BUOY DEPLOYMENTS
Active
Contract Opportunity
Notice ID
W9135E24Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 COLD RGNS RSCH ENG LAB
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 09, 2024 01:05 pm CST
  • Original Published Date: Jan 04, 2024 02:57 pm CST
  • Updated Date Offers Due: Jan 16, 2024 12:00 pm CST
  • Original Date Offers Due: Jan 16, 2024 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 31, 2024
  • Original Inactive Date: Jan 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V121 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER
  • NAICS Code:
    • 481219 - Other Nonscheduled Air Transportation
  • Place of Performance:
    Prudhoe Bay , AK
    USA
Description

This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.



The solicitation number W913E524Q0002 is being issued as a request for quotation (RFQ). This requirement is a total set-aside for small business concerns.



The associated North American Industry Classification System (NAICS) code is 481219 – Other Nonscheduled Air Transportation, which has a small business size standard of $25,000,000. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2.



The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL)’s Terrestrial & Cryospheric Sciences Branch requires air charter services to include an aircraft, pilot, and crew, in March 2024 to support sea ice research on floating ice masses located offshore from Northern Alaska. The aircraft shall land on unimproved drifting sea ice located up to 300nm (nautical miles) from base locations in Prudhoe Bay, Utqiagvik, and Kaktovik, Alaska to deploy research buoys provided by the Government. Unimproved landing sites are typically refrozen leads with little snow and ice over 80cm thick. On-ice time can vary from 15 minutes to 4 hours to deploy the buoy and collect necessary site data.



Performance Specifications: ERDC-CRREL requires the deployment of nine (9) research buoys on floating sea ice located off the coast of northern Alaska. This work requires working in extreme cold temperatures (down to -45 degrees Fahrenheit). To accomplish this mission, the Contractor shall operate out of base locations in their own aircraft which are capable of short field landings on un-improved sea ice at a radius of up to 300nm from each base location. Short field landing capability is defined as 1,200 ft or less takeoff and landing over a 50 ft object at maximum gross weight as listed in the Aircraft Flight Manual (AFM) and Pilot Operating Handbook (POH). The Contractor shall provide the following:




  1. The Contractor shall provide all labor, equipment, and materials to complete the tasks in their entirety as outlined in the Performance Work Statement (PWS) in Section C of the attached RFQ.

  2. Aircraft which shall:

    • Be able to accommodate up to 400 pounds of payload comprised of scientific equipment including three (3) buoys at a time (each measuring 8ft x 1ft x 2ft and weighing 70 pounds) and additional scientific equipment not to exceed 40 cu ft. In addition to the payload, the aircraft shall be able to carry sufficient fuel load (possibly including auxiliary tanks) for deployment to the maximum range, including 15 minutes of circling, and return with a safety margin of 1 hour of flight time or more; and

    • Be equipped with a radar altimeter, a satellite phone hard-wired into the radio and another portable satellite phone, and winter survival gear persons onboard. The pilot must have communication equipment onboard to communicate with CRREL staff on-land to confirm the buoy is operational prior to departure.

    • Based on experience, aircraft that have been successful executing similar missions in the past are wheel-ski-equipped aircraft including, for example, the DHC2-Beaver, DHC3-Otter, and DHC6-Twin Otters.



  3. Pilot/Crew who shall:

    • Be physically capable of lifting and maneuvering all the aforementioned scientific equipment in cold conditions.

    • Be responsible for receiving training from CRREL in the process required to deploy the buoys on the sea ice, which includes drilling through the ice, assembling the buoy, installing it, and collecting ancillary measurements, and communicate with CRREL staff on-land to confirm buoys are functional prior to departure from the sea ice. Site data shall also be collected for each buoy deployment location.

    • Have prior experience and competency in the nature of this mission, including both operating in extreme cold temperatures (down to negative 45F) and landing on Arctic sea ice off the coast of Alaska.





Please reference the attached RFQ for instructions and applicable provisions and clauses. Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable proposal, the price of which may not be the lowest. The Government’s determination of what represents the best value for this requirement shall be based on the Government’s confidence that the services quoted meet the following: 1) technical capability to provide the requested services and materials to include aircraft, pilot, and crew, as outlined in the Performance Work Statement (PWS); 2) relevant past experience; 3) delivery schedule; and 4) price.



Payment Terms: Net 30



Please provide responses to this notice, no later than Tuesday, 16 January 2024, 12:00 PM, Central Standard Time (CST) to:



Tomeka.J.McNeely@usace.army.mil



Telephone responses will not be accepted.



*Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING OFFICE VCCO 72 LYME ROAD
  • HANOVER , NH 03755-1290
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >