Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
SPECIAL NOTICE

R -- Consulting Services for ATDD

Notice Date
3/21/2013
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/OAR/ARL/ATDD, 456 S. Illinois, Oak Ridge, Tennessee, 37830
 
ZIP Code
37830
 
Solicitation Number
NRMAC100-13-00717-GXL
 
Archive Date
4/11/2013
 
Point of Contact
Barbara G Shifflett, Phone: 8655760061, Gabrielle Berry, Phone: 865-576-7425
 
E-Mail Address
barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Air Resources Laboratory (ARL), Atmospheric Turbulence and Diffusion Division (ATDD), Oak Ridge, TN, proposes to enter into a contract with Wood International, Inc. on a basis other than full and open competition. ATDD requires consulting services to provide systems administration and scientific programmatic support services for programmatic and infrastructure needs for a transition period of April 1, 2013 - May 31, 2013. The extensive expertise and experience of Wood International, Inc. with the needs of ATDD and its programs, both internal and external, cannot be duplicated without excessive programmatic expense and excessive start up time by any another other source. Their experience and outstanding track record with ATDD, its programs, and its unique set of data collection and processing requirements simply cannot be duplicated with as few contractor personnel at as low a cost while maintaining critical continuity of operations both with in-house computing needs as well as programmatic requirements. An increasingly critical issue for all Government computer systems is IT security, and the requirements for computer security. The measures, mandated by various federal statutes and internal NOAA processes itself require a great deal of understanding of the entire ATDD network and each device attached to it, as well as an understanding of the scientific requirements and technical details surrounding their implementation. ATDD's network has largely been engineered, installed, and maintained by Wood International over many years. Wood International has successfully employed countermeasures against countless attacks on ATDD's systems throughout their tenure here at ATDD. ATDD has not experienced a computer security problem that involved an outside attacker for many years, although thousands of attempts have been made. It would take considerable and time-consuming effort by a different contractor to gain the needed familiarity with the complexities surrounding the configuration and management of this network, especially considering the many complex custom-built hardware and software systems. Many of these systems were in fact designed and created by Wood International in collaboration with ATDD scientists and engineers. In addition to the practical application of successful defenses against computer security attacks, there has been an enormous increase in the required documentation concerning computer and network security. The certification and accreditation (C&A) process that is required to permit a federal facility to operate computers has become more complex and technical each year. This is driven by ever changing requirements with FISMA, Department of Commerce, and NOAA. Wood International has performed the work for every C&A process undergone by ATDD. This process requires documentation concerning every aspect of ATDD's network and each computer on this network: hardware and software inventories, patch management, network topology (including the connections with outside agencies such as DOE), security specifics including policies and procedures, quarterly security sweeps, user training, certification of minimum security standards, testing plans, etc. This documentation requires a deep understanding of the existing network as well as of the various mandates from NIST, DOC, and NOAA that comprise the C&A requirements. Wood International is the only company qualified to perform this work for ATDD. No one else understands the network as a whole well enough to proceed with this process; it would take months for another contractor to gain the requisite knowledge to complete the mandated tasks. For ATDD's scientific missions, Wood International has worked with scientific and engineering staff to develop unique software, databases, and data collection and processing methodologies whose loss would be highly damaging to existing ATDD programs and prohibitively expensive (if possible at all) to replace. For example, NOAA's national U.S. Climate Reference Network (CRN) equipment database, developed by Wood International, contains an inventory of all CRN-related equipment and associated NIST-traceable calibration records that is critical to the long-term success of the long-term (50 to 100 years) data collection efforts of the CRN program. Another critical system for ATDD is the Regional Air Modeling and Analytical Network (RAMAN). RAMAN is a system of seventeen remotely located observing stations scattered across East Tennessee that collect meteorological data and ozone concentrations. This system incorporates a database and website developed by Wood International that provides secure and quick access to this data in a variety of formats, including graphs and various data file formats, for ATDD and for our regional RAMAN partners. NOAA's Surface Energy Budget Network (SEBN) at ATDD has similar data collection and dissemination system developed by Wood International, including specialized data network links to overcome challenging networking issues at some of the very remote, autonomous SEBN sites. In the area of homeland security, DCNet/URBANet is a Congressionally mandated NOAA/ARL program designed to test and evaluate the feasibility of acquiring useful wind turbulence measurements within the complex topology of the urban environment, with particular emphasis on the Washington DC downtown area. Wood International developed the database and website for this crucial program, which is used by a variety of government agencies dealing with homeland security issues. Wood International has also developed the security infrastructure for Threatmap, an ARL homeland security-related system providing critical information to various homeland security planners and emergency response agencies. Wood International has participated in the development and implementation of aircraft-based computer-driven data collection systems for both NOAA and its collaborative partners' research aircraft, including the joint University of Tennessee Space Institute (UTSI) and Harvard University efforts between ATDD and UTSI and Harvard University. In the last several years, a host of new software packages have been introduced across NOAA by the Department of Commerce and NOAA for critical management purposes. These include software for procurement, inventory, budgeting, travel, and time and attendance monitoring. These packages have usually been provided with minimal training and have often not run well from ATDD's remote location. Wood International has provided troubleshooting capabilities that were simply unavailable within NOAA, enabling the new systems to operate properly. In this instance, the key factors were extensively detailed knowledge of the peculiarities of the ATDD network and connection to the Internet, as well as a broad range of experience in making software work. In short, the expertise and unique knowledge of Wood International of all facets of computing at ATDD, from aircraft-based onboard data collection and processing systems, to remote sensing applications, geographic information systems, and secure wireless networking applications, to the in-house administrative systems necessary for day-to-day operation of the laboratory, and to their expertise in research, development, network design, implementation, DOC network security requirements and software, and network administration simply does not exist with any other source. Wood International currently is under contract and is responsible for the vast majority of the existing core computing infrastructure at ATDD and has maintained it for several years. No other source has the experience and knowledge to perform this function at the required level of competence and skill without an extended learning period. The extensive expertise and experience supplied by Wood International, Inc., coupled with the software and databases developed by Wood International, Inc., and used extensively throughout ATDD, coupled with their unique understanding of the programs and business practices of ATDD, limits other organizations from assuming a similar role with ATDD. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required service. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A contract will be issued in accordance with the simplified acquisition procedures authorized in FAR Part 13. This is a small business set-aside. The FSC code for this action is B502. The NAICS code for this action is 541511. Size standard is not to exceed $ 25.5M. Offers will be evaluated based on price, proven technical capabilities, and the factors set forth above. An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 15 based on small business standards. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Contractors should go on-line at www.sam.gov. 52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1)The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may e required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM.gov) Offers will be evaluated based on price, proven technical capabilities, and the factors set forth in paragraph (a). An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 15 based on small business standards. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. All proposals are required to be received in the contracting office no later than 5:00 P.M. EST on Wednesday, March 27, 2013. Reference Special Notice Number NRMAC100-13-00717 GXL in your quotation. All quotes must be faxed or emailed to the attention of Barbara Shifflett. The fax number is (865) 576-1327 and email address is Barbara.Shifflett@noaa.gov. Any questions regarding this solicitation should be direct to Ms. Barbara Shifflett, Contracting Officer, (865) 576-0061, Barbara.Shifflett@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-13-00717-GXL/listing.html)
 
Place of Performance
Address: 456 S. Illinois Ave., Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN03018017-W 20130323/130321234925-702c4afb7c42f816c08eb6e4ded1e69e (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.