SOLICITATION NOTICE
J -- WSR-88D Radar Antenna Pedestal Refurbishment - Solicitation
- Notice Date
- 6/23/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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
- RA133W-17-RP-0075
- Archive Date
- 9/7/2017
- Point of Contact
- Sue Bratton, Phone: 303-497-6155, Bianca Blau,
- E-Mail Address
-
Sue.Bratton@noaa.gov, Bianca.H.Blau@noaa.gov
(Sue.Bratton@noaa.gov, Bianca.H.Blau@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 5 Non Disclosure Agreement Attachment 4 Past Performance Questionaire Attachment 3 Performance Requirement Summary Attachment 2 Performance Work Statement Schedule B Price Schedule SF1449 RFP PROJECT TITLE: WSR-88D Radar Antenna Pedestal Refurbishment LOCATION OF WORK: Multiple Locations NAICS CODE: 334519 - Other Measuring and Controlling Device Manufacturing, and the small-business size standard is 500 Employees. SET-ASIDE STATUS: Small Business DESCRIPTION: The National Oceanic and Atmospheric Administration's (NOAA) National Weather Service (NWS) has embarked upon a Service Life Extension Program (SLEP) to upgrade the WSR-88D NEXRAD radars signal processor and transmitter, and refurbish the pedestal and shelters. As part of the SLEP, obsolete portions of the Transmitter design are being replaced by more modern and supportable elements. The purpose of this procurement is to contract for Transmitter Chassis Refurbishment at multiple locations located in the United States, China, and Taiwan. The Government will issue an Indefinite Quantity Indefinite Delivery (IDIQ) type contract for the required services. Specifically, NOAA/NWS requires the following; The Contractor shall furnish all necessary personnel, equipment, materials, facilities, supplies and services, except as otherwise specified, to perform the refurbishment of the NEXRAD WSR-88D's Antenna Pedestal in accordance with this Performance Work Statement (PWS). The Contractor shall: a) Provide specified material and labor required to refurbish up to163 installed pedestals, and three (3) spare pedestals. b) Provide all transportation of items associated with the proposed refurbishment methodology. c) Refurbish pedestal cradles delivered as Government Furnished Material (GFM) and manufacture new cradles as required to support installation plan. The vendor will be responsible all labor for services outlined below: CLIN 0001- Pedestal Refurbishment: The intent of the refurbishment is to restore the pedestal to a condition which will support another 20 years of operation. Contractor to refurbish up to a total of 166 (163 installed + three (3) spare) WSR-88D Pedestals shall be refurbished. Up to four (4) spare pedestals, (Three (3) used + one (1) new) will be made available (as required) as Government Furnished Material (GFM) under this contract, but only three (3) of the four (4) require refurbishment as one (1) is brand new. CLIN 0002 - Spare Pedestals: The three (3) used pedestals shall be refurbished under the contract and either used to support the contractor's proposed solution or returned to NDBC for storage following refurbishment. The new pedestal may be provided as GFM but shall not be refurbished under this contract. All four (4) spare (3 used + 1 new) pedestals shall be offered as GFM to the contractor to be used in a manner consistent with the contractor's proposal. As four (4) spare pedestals are provided as GFM at the beginning of the contract, the contractor is responsible to ensure that four (4) spare pedestals are located at the NDBC at the conclusion of the contract regardless of the solution proposed. This CLIN shall include all costs associated with refurbishing each of the spare pedestals including costs of shipping to and from NDBC, if proposed. CLIN 0003 - Pedestal Cradle Manufacture/Restoration: Should the proposed methodology require the shipment of complete pedestals, the pedestal must be placed in a custom built cradle prior to shipment. The Government shall provide as GFM, four (4) cradles to be used by the contractor and returned at the completion of the contract following rust removal/treatment and painting by the contractor. Cradle restoration shall be executed under CLIN 0003A. Two (2) of the cradles will support an FSP configured pedestal, one shall support an LPP configured pedestal, and one shall support both LPP and FSP. Should the proposed methodology require the shipment of complete pedestals, the Government anticipates that the contractor will be required to manufacture additional cradles (CLIN 0003B), in order to support a reasonable pedestal refurbishment rate. Cradle manufacturing shall be executed under CLIN 0003B. This CLIN covers the manufacture of any additional cradles and lifting fixtures needed. All cradles will be delivered to the Government at the conclusion of the contract, including those built by the contractor. The cradle designs are provided in Appendix E - FSP Cradle Design, and Appendix F - LPP Cradle Design (mod from FSP), and pictures of the existing cradles to be provided as GFM are provided in Appendix G - GFM Cradle Pictures. CLIN 0004 - Weather Delays: There is a probability that weather will delay the completion of some tasks over the course of this contract. A pre-arrival teleconference will be conducted with the WFO responsible for the radar approximately five (5) days prior to contractors arriving on site. Weather forecast is among the topics to be discussed at this teleconference. The start date of the work may be postponed at this point if severe weather is possible on the day that work is scheduled to commence. The work may only be postponed for the duration of the imminent severe weather threat. Once the radar is released to the contractor to begin work, the radar shall not be available to support weather operations prior to Government acceptance of the refurbished radar. Once the radar is released to the contractor, the contractor shall determine when the work cannot be safely executed due to weather conditions. CLIN 0005 - Growth Work: This PWS documents the specific work to be accomplished under this contract. Should there be additional work, that could not have been anticipated by the contractor given the age and operating environment of the WSR-88D radars and the requirements outlined within this PWS, and was not caused by negligence of the contractor, the additional work may be considered "growth work" as determined by the Government. Should additional work be identified, it shall be brought to the attention of the Contracting Officer's Representative (COR). The contractor shall advise the Government of any tasks they consider to be growth work prior to executing the additional work. All "growth work" shall be pre-approved by the COR and Contracting Officer (CO). Should the contractor complete tasks identified as "growth work" prior to receiving approval, they do so at their own risk. NOTICE ATTACHMENTS: • Request for Proposal - RA133W-17-RP-0075 • Attachment 1 - Schedule B - Price Schedule • Attachment 2 - Performance Work Statement (PWS) • Attachment 3 - Performance Requirement Summary (PRS) • Attachment 4 - Past Performance Questionnaire (PPQ) • Attachment 5 - Non-Disclosure Agreement for PWS Appendix Documents *Interested Offerors who anticipate participation in this solicitation must submit an official request to obtain access to PWS Appendix documents listed in the PWS, due to inclusion of sensitive information. The request must be sent by electronic mail (e-mail) to NOAA POCs Sue Bratton and Bianca Blau at Sue.Bratton@noaa.gov and Bianca.H.Blau@noaa.gov. The request must identify the POC that will handle the information and describe the process to be followed for the destruction of the documents if the Offeror is not awarded the contract. The request must also include a completed NDA as set forth in Attachment 5 of this RFP. Release of PWS appendix documents is contingent on the NOAA POCs' receipt of a signed NDA and Offeror verification in the System for Award Management (SAM). Interested Offerors are asked to immediately take steps to complete all procedures for obtaining PWS Appendix documents. DELIVERY SCHEDULE: To be determined at the Task Order Level SOLICITATION ISSUE DATE: June 23, 2017 QUESTIONS DUE: July 14, 2017 by 1:00pm MT PROPOSAL DUE DATE: August 23, 2017 by 12:00pm MT ANTICIPATED AWARD DATE: February 2018 CONTRACTOR REGISTRATION: To be eligible for award, a contractor must (1) be registered in the System for Award Management (SAM) at www.sam.gov. All offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or online at http://fedgov.dnb.com/webform. All responses to this notice may be submitted via e-mail to Sue Bratton, Contract Specialist, at sue.bratton @noaa.gov. The phone number for the Contract Specialist is (303) 497-6155.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133W-17-RP-0075/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN04555372-W 20170625/170623234135-d541b1e7bacc2b54f460fd502f3153e9 (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 |