Federal Bid

Last Updated on 30 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Lyme New hampshire

Topographic Flight Services

Solicitation ID W913E518Q0003
Posted Date 07 Feb 2018 at 6 PM
Archive Date 30 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Lyme New hampshire United states
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; quotes are being requested.


The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH has a requirement to collect precision topographic data for USACE - Galveston District utilizing airborne Light Detection and Ranging (LiDAR) sensors over thirty-three (33) miles of the Buffalo Bayou, located in the heart of Houston, TX.

ERDC-CRREL intends to procure ground support (in the form of installation services) and flight support for research mapping instrumentation. The primary aspect of this project is focused on capturing 3D topographic mapping data from LiDAR sensors, specifically designed for mounting on a Robinson R44 II helicopter, over the Buffalo Bayou riverbank and adjacent areas. The contractor shall perform the following tasks and provide the necessary support:

a) Provide a Robinson R44 Raven II aircraft with the following:
     a. Connection points on the aircraft right skid and fuselage for mounting the pod.
     b. An external GPS antenna mounting location on the top of the aircraft tail for the 
         installation of the ALS GNSS antenna.
     c. Access to 28VDC power supply via the aircraft battery for direct connection to
         RS/GIS CX's LiDAR helicopter pod. The power supply connections should be
         checked prior to installation of the ALS system and be in good working order.
     d. Access to 28VDC cigarette lighter adapter power supply within the aircraft
         compartment for operator laptop power.
     e. Ability to install Flight Management System (FMS) equipment onto the horizontal
         rails directly aft of the front seats.
     f. Ability to install the FMS Pilot's Display (tablet) onto the front windscreen vertical
        support utilizing an aircraft specific connection bracket.

b) Installation and removal of RS/GIS CX HeliPod system in aircraft, charged at a fixed rate, including:
     a. Installation of tail mounted GNSS antenna and cable.
     b. Installation of HeliPod connection points on right skid and aircraft fuselage.
     c. Installation of HeliPod power cable onto aircraft battery.
     d. Installation of FMS equipment inside aircraft.
     e. Configuration of power and communication cables inside the aircraft.

c) Provide a pilot capable of following planned flight lines using the RS/GIS CX Flight Management System's pilot's display.

d) Ensure the aircraft has scheduled maintenance completed prior to the start of each data acquisition campaign, or a maintenance plan in place as to not interrupt the survey period.

e) Allow for the HeliPod to remain installed during the entire collection period. If the aircraft cannot be moved via skid attached wheels without removing the pod, then the contractor shall agree to store the aircraft at point of landing/takeoff for the duration of the collection period.

f) Complete the collection of focus area in cooperation with RS/GIS CX personnel and collaborators (ALS system operator and ground crew).

g) Fly data acquisition flight plans at specified above ground level (AGL) altitudes and airspeeds, as required by RS/GIS CX.

h) Shall posses experience flying aerial surveys using LiDAR or aerial mapping equipment; following flight lines for surveying.

This solicitation is issued as a total small business set-aside. Please reference the attached RFQ for the Performance Work Statement (PWS) in Section C, as well as all applicable provisions and clauses. The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) responsible quote. The following factors shall be used to evaluate offers:

a) Technical capability of the quote to meet the Government's requirement
b) Price

Please provide responses to this notice NLT 12:00 PM CST, 9 FEBRUARY 2018 to:

[email protected]

Telephone responses will not be accepted.

*Note: In order 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 the FAR and DFARS representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.

 

Bid Protests Not Available

Similar Past Bids

Lyme New hampshire 05 Oct 2016 at 1 PM
Location Unknown 25 Jun 2008 at 4 PM
Washington 10 Apr 2024 at 4 AM
Fort bliss Texas 22 Apr 2013 at 6 PM
Charleston West virginia 24 Apr 2019 at 6 PM

Similar Opportunities

Hanover New hampshire 30 Jul 2025 at 7 PM
Hanover New hampshire 30 Jul 2025 at 7 PM
Vicksburg Mississippi 01 Jan 2026 at 5 AM