Federal Bid

Last Updated on 28 Jun 2014 at 8 AM
Combined Synopsis/Solicitation
Lane South carolina

Remote Sensing Flights

Solicitation ID AG-81J8-S-14-0606
Posted Date 05 Jun 2014 at 10 PM
Archive Date 28 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Pwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Lane South carolina United states 21881

 

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation no. AG-81J8-S-14-0606 is issued for a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) The NAICS code is 541922.  (v) The USDA, ARS, Arid-Land Agricultural Research Center requires fixed wing aircraft flights for remote sensing, as follows:  Fixed wing aircraft flights for remote sensing over agricultural test sites at the Maricopa Agricultural Center (MAC) located in Maricopa, Arizona are required between June 2014 and November 2014.  The purpose for the flights is to collect high resolution image data over cotton fields at multiple times during the growing season and occasionally at multiple times during a day.

 

Equipment: The imaging equipment will include a multispectral visible/near infrared camera and a thermal infrared camera, both owned and provided by US Department of Agriculture (USDA). Provision for mounting this equipment is to be provided by the vendor. If the vendor needs to construct a mount, the mount will be owned by USDA during and subsequent to flights. The image equipment consists of the following components: 1) GSI multispectral camera, 12"x5"x5", 5lbs; 2) FLIR thermal infrared camera, 9"x3"x3", 2lbs; 3) two laptop computers, Toshiba Toughbook or equivalent; 4) 12 volt sealed lead-acid battery, approximately 3lbs; 5) cables to connect and provide power between items 1,2,3, 4; 6) a two-camera mount to be owned by USDA and suitable for use.  Equipment will be installed on fixed wing aircraft before each flight and uninstalled after flight completion.

 

Flights: Up to twelve separate flight sorties will be required.  Flight levels are to be flown between 500 and 3000 feet above the ground.  All flights are to be coordinated with ground-level activities at MAC. Contingent upon safety requirements, flights will follow paths designed by on-site USDA scientist.  When requested, flights are to be flown at slowest safe airspeeds.  Flights are to be scheduled during daytime, mainly between sunrise and 14:00 pm. Flight duration over the target sites is expected to be less than one hour. Flights are needed during clear to mostly clear sky days.  Provision for flight cancellation by client and by vendor is to be provided by vendor.

 

Other relevant information: Aircraft must be able to carry one passenger who must be able to operate the USDA-supplied image equipment. The maximum distance between operator and the camera platform is 7'. The operator will have a computer monitor on their lap to control the cameras.  If desired, the pilot will have a small video screen connected to a platform mounted video camera that can be used by the pilot to assist with aircraft alignment with image targets on the ground.

Certificate of Liability of Insurance is required.

 

(vii) Delivery to the USDA, ARS, Arid Land Agricultural Research Center, 21881 N Cardon Lane, Maricopa, AZ and operation training, shall be complete and accepted within 60 days of award. (viii) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. (ix) The clause at 52.213-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.  AGAR 452.228-71 INSURANCE COVERAGE (NOV 1996) Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below:  (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers.  (b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence.  (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (End)  (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.213-4  Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items).  52.204-7,  System For Award Management; 52.225-13,Certain Foreign Purchases; 52.232-33,  Payment by Electronic Funds Transfer-System for Award Management; 52.232-36,  Payment by Third Party; 52.223-18, Contractor Policies to Ban Text Messaging While Driving. The full text of all clauses and provisions are available at www.acqnet.gov and
http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871


Department of Labor Wage Determination apply.  See attachments.

(xi) The offers are due 13 June 2014 by 9:00 am PST to Sheri Eiri at [email protected]
(xvi) Contact Sheri Eiri, 520-316-6314, [email protected] for information regarding this solicitation.

 

Bid Protests Not Available

Similar Past Bids

Lane South carolina 09 Jun 2015 at 5 PM
Lane South carolina 25 Jun 2015 at 4 PM
Allen Maryland 26 Jun 2014 at 4 PM
Allen Maryland 29 May 2014 at 10 PM

Similar Opportunities

Arizona 01 Aug 2025 at 3 PM
Wright patterson air force base Ohio 20 May 2026 at 9 PM
Wright patterson air force base Ohio 20 May 2026 at 9 PM