Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOLICITATION NOTICE

R -- Engineering Support Services for 10 Upper Air Caribbean Sites

Notice Date
3/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NWWG0120-8-31257
 
Response Due
4/10/2008
 
Archive Date
6/30/2008
 
Point of Contact
Anita Middleton, Contract Specialist, Phone 301-713-3405 x167, Fax 301-713-1024
 
E-Mail Address
Anita.R.Middleton@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is NWWG0120-8-31257, and this solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This solicitation is hereby set-aside for small business and the associated NAICS code is 541330 with a size standard of $4.5M. The contract type for this solicitation is Firm-Fixed Price. The following contract line (CLIN) items will be utilized for this requirement: CLIN 0001 Engineering Support to include Training for 10 Upper Air Caribbean Sites and CLIN 0002 Travel for 10 Upper Air Caribbean Sites. CLIN 0002 needs to represent the worse case amount because this will be a Not-To-Exceed CLIN. The purpose of this task is to provide engineering support services to the Office of Operational Systems (OPS), Operations Division (OPS1) Maintenance Branch (OPS12). The engineering support staff will assist in managing the national and international sounding systems field program involving a variety of complex radar adjuncts, upper air systems, and equipment including radar information display systems, automatic radiotheodolite system, and hydrogen generators. Related equipments contain a mixture of technologies ranging from vacuum tubes and discrete components to solid state analog and digital components. The engineering support staff will also assist in managing the national and international field maintenance program involving observation systems, communication equipment, UNIX and Linux based servers, data gathering and dissemination processors, workstations, and various hardware and software associated with meteorological systems. The engineering support staff will assist the maintenance program engineer (MPE) in performing documentation tasks, system maintenance activities; integrated logistics support (ILS), failure analysis, and engineering reporting. The engineering support staff will provide monthly written status reports, and verbal task status briefings. SKILLS REQUIRED: (1) Experience conducting upper air radiosonde observations; (2) Experience in conducting upper air training classes; (3) Experience in National Weather Service operations and forecasting; (4) Ability to effectively communicate complex engineering issues to either a general audience, an engineering audience or for a management review; (5) Skill in preparation of reports and presentations. DELIVERABLES: (1) Develop and generate operator training course for the operations and use of the revised Intermet 1500-C software and operating system. Revise documentation to include: outline for the training material required for the Cooperative Hurricane Upper Air Systems; materials listed in FMH #3 plus local operational requirements (i.e. release points, correction to pressure altitude, local procedures for proper release of the radiosonde); procedures for taking a proper sounding using IMS-1500 equipment; local communication and dissemination procedures; (2) Conduct training at 10 International Caribbean locations (see Place of Performance); (3) During class instructions, revise and update sounding system Engineering Hand Book (EHB) and technical manuals as errors are identified. Coordinate sounding system technical information updates with OPS1 Webmaster weekly; (4) During class instructions, revise and update technical order (TO) and technical manuals as errors are identified. Coordinate technical information and documentation updates with OPS1 Webmaster weekly; (5) Coordinate NWS regional and Caribbean offices participation in the field implementation process of enhanced IMet 1500C Sounding Systems; (6) Respond to calls from the 10 International Caribbean locations concerning sounding and other system maintenance and administration related to the enhanced IMet 1500C Sounding Systems; (7) Conduct engineering analyses, investigations, and assessments of sounding system and system performance from the 10 International Caribbean locations related to the enhanced IMet 1500C; these may be of a time critical nature (i.e., short turnaround), intermediate, or longer term; ranging from high-level management reports to detailed analyses. Monitor sounding and other systems and ILS databases and processes and prepare reports on critical aspects of maintenance and logistics systems. Reports shall include the analysis of failure data to identify quantities of systematic failures. PLACE OF PERFORMANCE: Training shall be conducted in the following locations: Nassau, Bahamas; Kingston, Jamaica; Christ Church, Barbados; San Andres, Columbia; Ladyville, Belize; Simsonbay, St. Maarten N.A. Grand Cayman, Cayman; Curacao, Netherlands Antilles; Santo Domingo, Dominican Republic; Port of Spain, Trinidad. Each site will require at least two sessions to accommodate shift work for the observing staff. PERIOD OF PERFORMANCE: The period of performance is from May 1, 2008 through April 30, 2009. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this solicitation: FAR provision 52.212-1, Instructions to Offerors ? Commercial; FAR provision 52.212-2, Evaluation ? Commercial Items. The following are the evaluation factors: Technical, Past Performance, and Price. Technical is more important than Past Performance; Technical and Past Performance combined are significantly more important than Price. The evaluation criteria in the order of importance are as follows: (1) Experience conducting Upper Air Radiosonde Observations; (2) Experience conducting Upper Air Training Courses; and (3) Experience in National Weather Service Operations and Forecasting. And, FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items needs to be completed and submitted with the offer. The following FAR clauses are hereby incorporated into this solicitation: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items that includes (5) 52.219-6, Notice of Total Small Business Set-Aside; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52.222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; and (36) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Proposals are to be submitted in two volumes, Volume I Technical and Past Performance and Volume II Price. Proposals are due electronically to Anita R. Middleton at Anita.R.Middleton@noaa.gov by April 10, 2008, 12:00pm Eastern Time. If there are any questions about this solicitation, please contact Anita Middleton at 301-713-3405 x167 or via e-mail at Anita.R.Middleton@noaa.gov. NOTE 1
 
Record
SN01529233-W 20080313/080311223627 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.