MODIFICATION
R -- NOAA/NESDIS/NCDC - Regional Climate Center Presolicitation
- Notice Date
- 11/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB-133E-15-RP-0004
- Point of Contact
- Alea A. Cox, Phone: 2065266026, LINDA M GRUBER, Phone: 206-526-6386
- E-Mail Address
-
alea.cox@noaa.gov, LINDA.M.GRUBER@NOAA.GOV
(alea.cox@noaa.gov, LINDA.M.GRUBER@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The National Oceanic Atmospheric Administration (NOAA), National Environmental Satellites, Data, and Information Service (NESDIS), National Climatic Data Center (NCDC) has a requirement for six (6) Regional Climate Centers. NCDC is seeking to inform potential domestic regional climate service providers of the potential requirements of the Regional Climate Center solicitation. NCDC requires regional climate services for six (6) regions: •Northeast Region: ME, NH, VT, MA, RI, CT, NY, NJ, PA, DE, MD, WV •Southeast Region: VA, NC, SC, GA, AL, FL, PR, USVI •Southern Region: TN, MS, LA, AR, OK, TX •Midwestern Region: KY, IN, MI, IL, WI, MO, IA, MN, OH •High Plains Region: ND, SD, NE, KS, CO, WY •Western Region: MT, ID, UT, NM, AZ,NV, CA, OR, WA, AK, HI, U.S. affiliated Pacific Islands There will be two (2) major components: 1) Regional Service Requirements. There are common requirements for all RCCs and there are region-specific requirements that will have Primary Theme Requirements and Secondary Capabilities Requirements. A) Primary Theme Requirements. The RCCs shall meet the Primary Theme Requirements within its region and outside its region in collaboration with other RCCs. A Primary Theme Requirement defines a functional, rather than strictly geographic, leadership capability that can be projected, shared, or applied in other regions as needs dictate. B) Secondary Capabilities Requirements. Each RCC shall maintain capabilities to support leadership by other RCCs or NCDC in the provision of products and services in its region for sectors or climate-related issues beyond its region's Primary Themes. The secondary sector support will be determined by the Regional Climate Service Directors (RCSDs) as needed. Examples of secondary sectors and issues are agriculture, civil infrastructure, climate oscillation impacts, coastal hazards, construction, droughts, energy, floods, and wild fires, among others. 2) National Capabilities Requirements to Support Regional Needs. National Capabilities are products, capabilities, or services which are required across all regions and do not require skills or expertise unique to one or more regions. The National Capabilities Requirements include: •Threaded Station Data (Firm Fixed Price) •Error Reporting and Tracking (Firm Fixed Price) •Daily Updates for Cooperative Observing (COOP) Stations (Firm Fixed Price) •National Integrated Drought Information System (NIDIS) (FFP/Time and Materials) •National Weather Service COOP Support (FFP/Time and Materials) Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements for the Regional Climate Centers, except as noted in the Performance Work Statement. The Government reserves the right to make a decision at time of award and based on the proposals received whether it will award one (1) to six (6) separate contracts. The Regional Service Requirement Contract Line Items will be Firm Fixed Price. The National Capabilities will either be Firm Fixed Price or Time and Materials (as seen above). The contracts will have a base period of performance from approximately the beginning of April 2015 to the end of March 2016, and four (4), one-year option periods. The proposed contract is full-and-open competition. The NAICS code for this procurement is 541712, and the size standard is 500 employees. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract(s) will be awarded as Firm Fixed Price. Solicitation documents will be made available for download on or about November 1, 2014 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. The estimated response due date is December 3, 2014; however, the actual date offers are due will be stated within the solicitation documents. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Alea Cox at alea.cox@noaa.gov. If emailed inquiries are not responded to within 2 business days, please call Alea Cox at 206-526-6026 in the event the email was not received. ***All vendors doing business with the Government are required to be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) (this replaces the former CCR and ORCA).*** No award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: http:///www.sam.gov/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) within their SAM registration. In order to register with SAM and to be eligible to receive an award from this acquisition office, all vendors must also 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. All responsible and fully responsive sources may submit a proposal which will be considered by the agency. Amendment: The expected solicitation release and due dates have been changed. Solicitation documents will be made available on or about December 15, 2014, with an expected response due date of January 29, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133E-15-RP-0004/listing.html)
- Place of Performance
- Address: Contractor's facilities, United States
- Record
- SN03568221-W 20141108/141106234601-0d8cd1364eff449b50af2e2a8cd6cf89 (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 |