Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOURCES SOUGHT

B -- Peak Current Study for 45WS - PWS

Notice Date
5/5/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-Q-B120
 
Archive Date
5/30/2017
 
Point of Contact
Kevin D. Brisco,
 
E-Mail Address
kevin.brisco@us.af.mil
(kevin.brisco@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-17-Q-B120 and, shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541690. The size standard for NAICS is $15.0M The requirement is to provide for the development of an improved method of detecting the peak current from cloud-to-ground lightning strokes. GSA SIN/MAS 66 / 1000 PWS is attached. Salient Characteristics: This study will consist of, but not limited to the following tasks: 1: Develop a new method(s) to remotely detect the peak current of a cloud-to-ground return strokes with better performance than the present method used by the Mesoscale Eastern Range Lightning Information Network (MERLIN) and the National Lightning Detection Network (NLDN) and that could be implemented in MERLIN. Document performance gain. 2: Develop a new method(s) to provide a peak current error estimate tailored to each individual return strokes. MERLIN and NLDN provide location error ellipses tailored to each stroke; provide analogous tailored error for peal current. 3: Evaluate the performance of the rise time of cloud-to-ground lightning return stroke magnetic fields measured by the MERLIN sensors. Develop operationally useful guidelines on when the magnetic field rise time can be used as a good proxy for the return stroke peak current rise time. MERLIN measures the return stroke magnetic field rise times internally, but does not report this in its output. In addition, the rise-time detection is said to be very short-ranged, so few of the MERLIN sensors may be close enough to use strokes to the MLT to use its new lightning current sensors as ground truth. Part of this subtask should also include verifying the distance over which the MERLIN sensors can reliably detect return stroke magnetic field rise times. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): To improve detection of lightning peak current. Evaluate performance of present method of detecting lightning peak current by the Mesoscale Eastern Range Lightning Information Network (MERLIN). Evaluate performance of MERLIN's rise time of lightning peak current. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-17-Q-B120, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 15 MAY 17.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B120/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04497943-W 20170507/170505234527-639e93b3529753293d0795fa13dfcd36 (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.