Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
SOURCES SOUGHT

J -- Technical Evaluation And Support For Life-Cycle Maintenance And Catastrophic Recovery Of The Existing Radar Towers In The Weather Radar Network.

Notice Date
12/23/2015
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWG1200-16-RP-00294MEC
 
Archive Date
1/26/2016
 
Point of Contact
Mark Caban, Phone: 303-497-6875
 
E-Mail Address
mark.caban@noaa.gov
(mark.caban@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The intent of the announcement is to identify sources that are qualified firms, including small business concerns capable of furnishing the National Oceanic Atmospheric Administration (NOAA), National Weather Service (NWS), Radar Operation Center (ROC) located in Norman, Oklahoma with repair and maintenance service requirements for the Next Generation Weather Radar (NEXRAD) Weather Surveillance Radar - 1988 Doppler Towers (WSR-88D). This includes tower inspection, engineering evaluation services, structural repair, replacement services, and restoration of galvanic coating services, supplies, materials, and engineering data. The estimated maximum number of towers serviced per year is eight (8). The North American Industry Classification System Code (NAICS) for this requirement is 811213 Communication Equipment and Repair with a size standard of $11.0 Million. All contractors doing business with the Government are required to be registered with the System For Award Management (SAM) system. The NEXRAD program is a tri-agency joint effort of the Department of Commerce (DOC), the Department of Defense (DOD), and the Department of Transportation (DOT). The operational user agencies involved are: DOC NOAA NWS; DOD United States Air Force (USAF) and Naval Meteorological and Oceanography Command (NMOC); and, DOT Federal Aviation Administration (FAA). The NEXRAD program has deployed 158 operational and 3 non-operational (training, test, and repair) towers supporting the WSR-88D weather radar systems throughout the United States with isolated locations and various overseas locations in Alaska, Hawaii, Guam, Okinawa, Korea, Azores, and Puerto Rico. The WSR-88D Radar Operations Center (ROC) has support management responsibility for these radars for the tri-agency NEXRAD program. Part of the support management responsibility for these radars is the maintenance of the tower structure in a fully operation condition to ensure the mission of the tri-agency radar network can be continuously met. The contractor will provide for initial WSR-88D tower inspection and engineering evaluations services. Based on the results of these evaluation services, this contract will provide for the WSR-88D tower repair services and WSR-88D tower supplies and materials required for restoration of the inspected tower for a timely restoration to its original conditions. Restoration may include, but is not limited to, replacement of structural components, replacement of fasteners, repair/replacement of lighting protection systems components, corrosion removal, cleaning, painting, and repair/replacement of galvanic coatings and tower foundations. Although the Government does not require the use of OEM parts, the contractor must specify any proposed replacement components that are not OEM parts, and demonstrate to the Government's satisfaction that the substitute part is interchangeable and the same quality of the like OEM part. Finally, the work under this contract provides for the delivery of WSR-88D tower engineering data and engineering change proposals resulting from any modifications to the documented tower configuration. The Government does not own complete data rights associated with the WSR-88D Tower. The design and engineering data for the WSR-88D Towers are the proprietary property of Valmont-Microflect (CAGE: 29189). The Government does have data rights to the unique as-built drawings for each tower and detailed bills of material for each tower configuration. The Government has available, a set of installation drawings and detailed bills of material to reconstitute any tower height contained within the WSR-88D network for both the Limited Phase Production and Full Scale Production configurations. These drawings contain references to all Valmont- Microflect part numbers and parts/quantities required to install any tower configuration in the NEXRAD network. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR INFORMATION ONLY. Interested sources must provide the following information: 1) Contractor's name, address, point of contact, telephone number, DUNS Number, business type and size, i.e., small, large, non-profit, educational, etc. 2) Documentation to support the contractor's capability to provide WSR-88D tower inspection, repair and replacement including complex logistic support for work on Government site-locations worldwide. No references to websites will be accepted. 3) A detailed plan explaining the implementation and coordination of resources (i.e. workforce, materials, etc.) to meet tower inspection, repair, and maintenance requirements in the United States as well as isolated and overseas locations. Some tasks are required on a sporadic basis, which means maintenance is accomplished outdoors and exposure to elements. However, a majority of the work is accomplished during the late spring, summer, and early fall. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 5:00 PM, January 11, 2016. Email Address: mark.caban@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWG1200-16-RP-00294MEC/listing.html)
 
Place of Performance
Address: CONUS and OCONUS, United States
 
Record
SN03977522-W 20151225/151223234542-9f6d747b79d3c4eeced0d95733edc134 (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.