Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOURCES SOUGHT

68 -- Gas Flare Testing - Statement Of Objectives Attachment 1

Notice Date
5/11/2017
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Satellite & Information Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NEEN61001700605
 
Point of Contact
Uju Obii-Obioha, Phone: 301-628-1396, Scott Wood, Phone: 301-628-1424
 
E-Mail Address
Uju.Obii-Obioha@noaa.gov, Scott.Wood@noaa.gov
(Uju.Obii-Obioha@noaa.gov, Scott.Wood@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 This is a Request for Information (RFI). This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment for an RFP in the future and it is not considered to be a commitment by the Government to award a contract. The Government will not pay for any information or administrative cost incurred in response to this announcement. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Disclaimer and Important Notes: The National Oceanic and Atmospheric Administration NOAA IS not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The purpose of this RFI is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to participate and provide information how they can satisfy the Government's requirements. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market place. It is the responsibility of the potential offerors to monitor Federal Business Opportunities (FBO.GOV) for additional information pertaining to this requirement. For information regarding this acquisition, contact the Contracting Officials listed herein. This exchange of information must be consistent with procurement integrity requirements (see 3.104). Interested parties include potential offerors, end users, Government acquisition and supporting personnel, and others involved in the conduct or outcome of the acquisition. The National Oceanic and Atmospheric Administration (NOAA) Acquisitions & Grants Office anticipates a need for the procurement of the following services and supplies described herein: BACKGROUND: NOAA anticipates beginning a project to use data collected by the Visible Infrared Imaging Radiometer Suite (VIIRS), an instrument on NOAA-NASA satellites, to estimate site level flared gas volumes on annual increments. Algorithms have been developed to detect flares worldwide and calculate their temperature and radiant output (watts per square meter). To develop a calibration for estimating flared gas volumes NOAA requires VIIRS observations be made of gas flares burning at known flared gas volumes from a range of view angles. NOAA will compare VIIRS estimates of temperature, source size and radiant heat with measurements made on the ground. From this data NOAA will develop a calibration for estimating flared gas volumes. It is anticipated the work shall be completed in accordance with the attached Statement of Objectives (SOO) marked as attachment 1. It is anticipated that this acquisition will be unrestricted under NAICS 541620 with the small business size standard being 15 Million. Period of Performance: It is anticipated that a requirements contract will be awarded with one base year and 2 option years. Place of performance: At the prospective contractor's facility. The objective of this RFI is to gather industry feedback on the following: 1. Market Research to provide Feedback for development of a Government Statement of work (SOW): Sources intending to respond to this RFI should thoroughly review the attached SOO provided in this announcement. Comments regarding unclear or ambiguous requirements, as well as a critique of the how the Government can better define the requirement is encouraged. 2. To acquire a Rough Order of Magnitude (ROM) estimate for budgeting and planning. The ROM should include the following: a. Estimated Cost for Supplies b. Estimated Costs for services including, Labor categories and hours c. Estimated cost of reporting Sources intending to respond to this RFI should thoroughly review the aforementioned and submit the following information: A. Capability statements expressing interest in this requirement, describing your company and its capability to meet the minimum requirements stated in the RFI with a description of your proposed services and supplies that would meet the requirements. B. Identification of your firm's business size. (Note: NAICS 541620 applies to this acquisition with the small business size standard being less than $15,000,000.00.) C. Cage Code and DUNS number. D. Reference list of previous contracts (Commercial and/or Government) where this particular or like services and supplies were provided. E. Rough Order of Magnitude (ROM) to support market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/926fb672b96b3da0b9bd4b465446d351)
 
Record
SN04505049-W 20170513/170511235607-926fb672b96b3da0b9bd4b465446d351 (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.