Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
SOLICITATION NOTICE

A -- Meteorological Support Services

Notice Date
2/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
DASG60-02-R-0011
 
Response Due
4/29/2002
 
Archive Date
5/29/2002
 
Point of Contact
Carmen Correa, (256) 955-1605
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(carmen.correa@smdc.army.mil)
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
NA The U.S. Army Kwajalein Atoll (USAKA)/Reagan Test Site (RTS) has a requirement for Meteorological Support Services (MSS). USAKA/RTS is located in the Republic of the Marshall Islands (RMI) approximately 2,100 miles west-southwest of the Hawaiian Islands a nd west of the international dateline. USAKA/RTS is home for 2,500 U.S. Government civilian, military and contractor personnel who perform various roles in support of the missions of USAKA/RTS. USAKA/RTS provides substandard unaccompanied housing and lim ited family housing, limited dental and medical facilities, schools (pre-school - 12), dining facilities, department and grocery stores with limited choices, recreational activities and most of the amenities of a small town of comparable size. Primary mod e of transportation is by bicycle with no privately owned motor vehicles allowed. The MSS contractor is required to support RTS operational missions by collecting, processing and interpreting meteorological data; providing specialized weather forecasts; an d providing meteorological consultation services. MSS effort includes operation and maintenance of meteorological equipment and instrumentation; systems engineering and integration; and improvement and modernization. The required MSS effort is provided n ear the Inter-tropical Convergence Zone (ITCZ), in an extremely corrosive marine environment (i.e., salt spray and periods of heavy rainfall). The contractor may be required to provide MSS on a campaign basis at remote locations outside Kwajalein Atoll, s uch as Wake Island and Aur Atoll in the RMI, as necessary to support RTS customer requirements. The contractor is expected to operate the following equipment: Surface Observation Systems: A 3-cup rotor anemometer and spread-tail wind direction vane to perform wind measurements; H1063 Hygrothermometer to measure temperature, humidity, and relative humidity; Visala model PA-11 digital barometer for surface pressur e measurements; rain gauges to measure precipitation; Ceilometer to measure cloud base heights up to 12,000 ft.; Handar Automatic Weather Observing Systems with loggers and modems augmented by cloud height and visibility sensors; rain gauge arrays with log gers; Joss Distrometer for drop size measurements and analysis; NOAA Tide Gauge; and NOAA radiation sensor array. Upper Air Systems and Equipment: MSS fixed Radiotheodolites and GMD-5000 portable Radiotheodolite utilizing 1680 transponding radiosondes and an array of meteorological rockets and payloads; Portable A.I.R. Radiotheodolite utilizing 1680 transponding radi osondes; PWN 10D, 11D, and 12A met rocket payloads launched with Super Loki or Viper motors and supported by MPS-36 tracking radars to obtain very high altitude data; and Optical Pilot Balloon (PIBAL) observations to obtain low level wind data. Remote Sens ing: KPOL, Dual Polarized, DWSR-93 Doppler S-Band Radar for numerous direct and indirect measurements of weather, wind, and other atmospheric phenomena; Portable C-Band Doppler weather radar; a Lightning Detection System manufactured by LLP, Inc. consistin g of four Advanced lightning direction sensors and an advanced position analysis operation; direct readout from GMS geo-stationary satellite; NOAA and DMSP polar orbiting satellites; and CO2 slicing of POES to detect High Altitude Cirrus. Forecaster Data and Support: Numerous national and international meteorological data circuits; network array of SGI Unix-based workstations handling Navy and NWS Numerical, Weather Prediction data sets and models; and real time consultation with other Pacific-region forecasters? operations. Additionally, the contractor is expected to provide the normal duties of a weather forecast office and meteorological observatory to include issuing routine public service, aviation , and marine forecasts and disseminating weather warnings and advisories, as required. A TOP SECRET facility clearance is required for this effort. This acquisition is not open to allied participation. This effort will be a competitive set aside for small disadvantaged business pursuant to Section 8(a) of the Small Business Act. The planned period of performance is for Basic effort for 45 months with three Option requirements to extend s ervices for an additional 24 months each. The Government contemplates award of a Cost-Plus-Fixed-Fee completion type contract. Contract award is planned for August 23, 2002. Estimated release date of the RFP is on or about March 13, 2002. These dates a re for planning purposes only and are subject to change. The North American Industrial Classification Systems (NAICS) is 541710 with a small business size standard of 1,000 employees. Additional acquisition information, as well as the RFP, when released, is/will be available at http://www.smdc.army.mil; click on Business, then MSS. A bidders library will be established at the U.S. Army Space and Missile Defense Command in Huntsville, Alabama, and will be available until award of the contract. Access to and use of the bidder?s library will be specifically detailed at the MSS Website on a date to be determined. Individuals must have a SECRET level security clearance to use the library. The Contract Specialist is Carmen Correa, SMDC-CM-CN, and (256) 955-1605, E-mail: carmen.correa@smdc.army.mil. No paper copies will be provided nor is a mailing list being maintained for this acquisition as the solicitation and all associated documentation will be posted at the above website address.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-CN, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00028027-W 20020221/020219221624 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.