This sources-sought notice is a means of conducting market research. The USDA APHIS is seeking all interested and capable sources of providing airplane and crew services for the aerial release of sterilized fruit flies to support the USDA, International Services Mexican fruit fly (Mexfly) aerial release programs in Tijuana, Mexico, and Reynosa, Mexico.
The anticipated period of performance dates of the contracts for both the Tijuana and Reynosa locations are June 1, 2025 – May 31, 2030, for a total of five ordering periods, with each ordering period lasting one year.
Background:
Mexican fruit flies are occasionally transported inadvertently across our borders and introduced into the environment of the United States by numerous means. These flies come into the country on fruits and vegetables in various stages of their life cycle. If allowed to exist in the environment, they can cause millions of dollars in damage to agriculture and have a significant impact on both international and interstate trade. The female flies lay eggs in over two hundred varieties of fruits and vegetables. The utilization of the Sterile Insect Technique along with spray applications of pesticides is the only current solution to this problem. Therefore, the Secretary of Agriculture is committing resources to continually introduce sterilized fruit flies into areas that have historically been prone to periodic introductions of wild fruit flies.
The contractor must use fixed-winged airplane(s) and qualified pilots for the aerial distribution of sterile fruit flies. Special purpose modifications of the contractor aircraft, described herein, shall be required for installation of the chilled insect release machine and related equipment provided by the U.S. Government. The custom-made insect release box and dispersal apparatus have several components: a base mounted inside the aircraft, dispersal boxes, compressor, and electrical regulator. If using planes for a double box release machine, mounting legs must be added to the airplane and will be provided by the USDA.
We intend to issue one or two IDIQ contracts for these services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 481212 Nonscheduled Chartered Freight Air Transportation. The small business size standard for this NAICS code is 1,500 employees.
There is no solicitation currently. Responses will be used to determine whether this requirement may be set-aside for small business or procured through full and open competition. This request for capability information does not constitute a request for quote. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. Interested business (small and large) must provide the following information:
1) Business name and contact information.
2) Business size and confirmation of registration in SAM.gov by providing your SAM UEI.
3) Capability statements addressing all requirements mentioned in specification/requirements outlined below, with appropriate documentation supporting if necessary (pictures, resumes, etc.).
Electronic responses are required. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who can provide these services with the specifications provided are invited to submit a response to this Sources-Sought Notice no later than 05/05/2025 at noon CT. All responses under this notice must be emailed to james.g.roloff@usda.gov.
SPECIFICATIONS/REQUIREMENTS of interested parties:
1. All work must comply with Mexican regulations set by the Dirección General de Aeronautica Civil (DGAC).
2. The aircraft furnished must be a single engine or multi-engine fixed-wing airplane capable of maintaining a minimum cruise speed of 140 mph. The cabin space behind the crew shall be big enough to accommodate the installation of an insect release machine furnished by the Government. The insect release machine base shall be mounted on top of an aluminum frame. A minimum three-inch clearance between the aluminum frame and the airplane floor shall be required to accommodate the installation of the chute attached to the bottom of the machine. Cargo doors are required to simplify installation of the insect release machine and loading/unloading of the insect holding box.
3. The airplane will require modifications to accommodate the installation of the insect release machine and related equipment. The contractor is responsible for any costs associated with the aircraft modification. The Contractor is responsible for performing the needed modifications to the aircraft and installing the insect release machine in their aircraft. These modifications include:
- Opening(s) through the floor and belly of the airplane to allow installation of a funnel and chute(s) to carry the insects overboard from the exit opening on the bottom of the insect release machine.
- Electrical supply to operate the insect release machine.
4. At the time the contractor begins performance under the contract, the airplane shall be in good operating condition with a current 100-hour inspection with ferry time only from the contractor’s base of operation to the program base of operations and must be capable of operating a minimum of ten hours per week with no more than routine maintenance. The airplane must have no history of any pesticide use.
5. In addition to the airplane being equipped for flights as described in Federal Aviation Regulation 14 CFR 91.205, (a) (b) (c) and (d, 2), and 91.215, it must have an intercom system with compatible headsets for communications between the pilot and authorized program personnel and/or crewmember.
6. The airplane shall have a recorder (MASTER SWITCH ACTIVATED NOT ACCEPTED) that will automatically record flight time in hours and tenths of hours. Flight time recorders shall be subject to accuracy checks by the COR or Technical Representative. If the contractor changes the flight recording equipment, they must notify the COR. If there are discrepancies in the measurement of flight hours, the contractor will be required to have the flight measurement equipment calibrated by DGAC and provide the government with the calibration certificate.
7. The airplane must be equipped with a 28-volt electrical system to provide a minimum forty-five amperes of electrical power in addition to the normal electrical load required for the airplane radios and other components. The electrical power is needed to operate the insect release machine (forty amperes).
8. The Contractor shall provide a portable electric generator, with all the accessories required to work properly to perform the airplane’s cleaning.
Flight Logging System Requirements:
1. All aircraft shall be equipped with a fully equipped AG-NAV Guia Gold. An operational Global Positioning System (GPS) and flight data logging software that will log and display the date and time of the entire flight from takeoff to landing and differentiate between standard flight and flight when the dispersal system is on or off. The system shall provide immediate deviation indications and be sufficiently accurate to keep the airplane on the desired flight path. The contractors flying crew must be well versed and capable of using AgNav DGPS.
2. Compact moving map display with polygon feature that will alert the pilot when the airplane is entering or exiting a specific geographic polygon.
3. Software designed for parallel offset in increments equal to the assigned swath width of the application airplane.
4. A course deviation indicator (CDI) or a course deviation light bar, also a CDI, shall be installed on the airplane and in a location that will allow the pilot to view the indicator with direct or peripheral vision without looking down. The CDI shall be capable of pilot selected adjustments for course deviation indication with the first indication at three feet or less.
5. The system shall display to the pilot the current swath number and cross-track error. The swath advance may be set manually or automatically. If automatic is selected, the pilot must be able to override the advance mode to allow repeat applications of single or multiple swaths.
6. The system shall be equipped with software for flight data logging that has a system memory capable of storing a minimum of four hours of continuous flight log data with the logging rate set at one second intervals. The full logging record will include position, time, date, altitude, ground speed, cross-track error- dispersal on/off, insect release machine auger or motor RPM, aircraft registration number, pilot name, and job name or number. The flight data log software shall be, at a minimum, compatible with windows XP PC computers, desk jet, laser, or inkjet printers and plotters. The system shall compensate for the lag in logging dispersal on/off. The system shall display dispersal on/off at the boundary without a saw tooth effect, and shall have the capability to end log files, rename, and start a new log in flight.
7. The software shall generate the map of the entire flight within a reasonable time. Systems that require more than one minute to generate the map for a four-hour flight on a Windows XP compatible computer WILL NOT be accepted. When viewed on the monitor or the printed hard copy, the flight path will clearly differentiate between dispersal on/off. The software shall be capable of: replaying the entire flight in slow motion and stop and restart the replay at any point during the flight; zooming to any portion of the flight for viewing in greater detail and printing the entire flight or the zoomed-in portion and shall have a measure feature that will measure distance in feet between swaths or any portion of the screen and be able to determine the exact latitude/longitude at any point on the monitor.
8. Flight information software provided by the contractor shall have the capability to interface with Arc View GIS (version 3.3 or higher) or MapInfo (version 6.5 or higher). The interface process shall be “user friendly," as program personnel will be responsible to operate the system in order to access the information.
9. The contractor shall provide a user’s manual for the data logger software.
10. The contractor shall be responsible for providing program personnel with all flight recorded information at the end of each day or when requested. The contractor shall provide an appropriate downloading device (i.e. standard USB flash drive) to enable program personnel to retrieve flight data information.
Pilot Requirements:
1. A qualified instrument rated Commercial pilot or Airline Transport pilot with a current First or Second-Class DGAC medical certificate for each airplane who has:
- More than 800 hours total time
- More than 200 hours in category and class as pilot-in-command
- A minimum of 25 hours of which shall have been acquired within the preceding twelve calendar months
- Ability to operate the electronic guidance system
- Ability to work in an environment inside an airplane that can cause motion sickness.
- Ability to fill out daily work sheets and read maps for tracking and reporting activities.
2. Personnel that have basic mechanical knowledge/skills to learn how to operate, clean, and make minor adjustments to a refrigerated special-purpose insect release machine.
3. Personnel capable of operating and downloading the airplane flight data logging system and of providing essential training and guidance for project personnel to ensure proper transfer of required mapping data.
A drawing of the fly release box is posted below.