Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2004 FBO #0968
SOLICITATION NOTICE

R -- Tracer Gas, Atmospheric, Meteorological and Air Quality Test Support

Notice Date
7/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-04-R-0073
 
Response Due
8/6/2004
 
Archive Date
8/21/2004
 
Point of Contact
James Loeffler, Contract Specialist, Phone (321) 494-4220, - Robert Stuart, Contracting Officer, Phone 321-494-5189, Fax 321-494-5403,
 
E-Mail Address
james.loeffler@patrick.af.mil, robert.stuart@patrick.af.mil
 
Description
Sources are sought to identify firms capable of providing management, technical expertise, supervision, tools, equipment, supplies, labor and quality control necessary to provide tracer and atmospheric gas test support. Required services include 1) Tracer Gas Analyzer (TGA) Equipment Support, 2) Tracer Gas Test Support and 3) Atmospheric, Meteorological and Air Quality Test Support. The TGA network used for Tracer Gas Test Support services consists of 36 Government owned Tracer Environmental Services & Technologies, Inc. Model 2600 TGA?s and a computer base station networked together using wireless spread spectrum radio modems. Tracer Gas Test Support includes the calibration, and preparation of the TGA system and support equipment. It also includes support in the operation, maintenance, preparation, repair, shipping and calibration of the tracer gas collection system equipment, and in the release of tracer gases during experiments and tests. Data collection and compilation will also be required. Analysis of data may be required as defined by the requirements of each test. Atmospheric, Meteorological and Air Quality Test support includes the acquisition of supplies, monitoring equipment, services, planning and advice for atmospheric, meteorological (i.e., wind speed and direction, temperature, humidity) and air quality (i.e., S0x, NOx, NOy, CO, Ozone, VOC) collections. The contractor may also be responsible for the procurement of consumables, parts and supplies required for the work. Tracer gases to be used are sulfur hexafluoride and/or other perfluorocarbon tracer gas materials. Contractor will be required to maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. The requirement may also include support for the development, modifications, upgrades and improvements to the hardware and software of TGA, Base Station and support equipment, procedures and technical manuals, and equipment storage and maintenance. Work will be performed at various CONUS locations. Some aspects of the project will be classified. Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Handling of material up to SECRET is required. Storage and Facility clearances of at least the SECRET level are required. This sources-sought synopsis is an invitation for all qualified sources that contemplate submitting a proposal under a future RFP for this requirement to identify themselves. Sources should submit a brief capabilities statement in response to this notice. Responses must be limited to no more that 10 pages and should briefly address the following specific areas: 1. The clearance level of personnel working on the proposed contract. 2. The capabilities and experience of personnel relating to the requirements outlined above. 3. Business size/status. It is contemplated that two or more fixed price IDIQ contracts, each with a five year ordering period will be awarded. This souces sought notice is for planning purposes as part of market research and does not commit the Government to pay for information requested, issue a solicitation, or award a contract. Responses may be mailed to 45CONS/LGCCB, Attn: James Loeffler, 1030 S. HWY A1A, Bldg 989, MS 1000, Patrick AFB, FL, 32925-3002. Responses may also be e-mailed to james.loeffler@patrick.af.mil. Questions may also be e-mailed to this address. Responses are requested no later than 06 August 2004.
 
Place of Performance
Address: Various nation wide
 
Record
SN00626174-W 20040721/040719211912 (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.