Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOURCES SOUGHT

A -- provide Scientific research and engineering services in the analysis, evaluation, testing, and enhancement of NOAA satellite, meteorological, and oceanographic systems.

Notice Date
4/13/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
SourcesSought041305
 
Response Due
5/13/2005
 
Archive Date
5/13/2005
 
Point of Contact
Linda Shariati, Contracting Officer, Phone 301-713-3478, Fax null, - Thomas Genovese, Jr, Contracting Officer, Phone 301-713-3478, Fax null,
 
E-Mail Address
Linda.H.Shariati@noaa.gov, Tom.Genovese@noaa.gov
 
Description
SOURCES SOUGHT - The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) is seeking sources that could provide scientific research and engineering services in the analysis, evaluation, testing, and enhancement of NOAA satellite, meteorological, and oceanographic systems. It is anticipated these requirements would be needed for a period of five years. These services are currently provided by Mitretek Systems, a nonprofit, 501(c)(3), scientific research and engineering corporation operating in the public interest. Information pertaining to Mitretek is available at: http://www.mitretek.org/home.nsf/BusinessAreas/OceansAtmosphereSpace. A viable potential source shall have available staff, resources, and experience in meeting the Government’s needs in areas which include, but are not limited to: satellite ground systems engineering, acquisition, and evolution; collection, interpretation and translation of NOAA observational requirements into the appropriate sensor systems; transition of research weather systems to operations; transition to higher satellite downlink data rates and lossless data product processing; RF Technologies to include X-Band, L-Band, and S-Band spectrum performance, utilization, and interference analyses, and 8PSK and 16QAM modulation technologies; data compression technologies; Biometrics and Public Key Infrastructure (PKI) advanced access control and identification; integration of data from non-NOAA spacecrafts such as Metop, see (http://www.esa.int/export/esaME/ESAYA1094UC_index_2.html) and Jason, see (http://www.jason.org/jason_pdfs/adventures/aol_math/Content/credits.html) with NOAA data sources; improvements in scheduling of systems resources; accommodation of new instruments; constellation run-out and transition planning; system transition planning from old to new systems; operating systems analysis and planning; telecommunications strategies and utilization of advanced networks; associated services which apply developments to systems in the area of IT Security analysis, including applying NIST guidance for developing Certification and Accreditation (C&A) packages, Disaster Recovery/COOP planning; Doppler weather radar evolution; air quality forecasting; ocean engineering; hydrographic services optimization; remotely operated vehicles (ROV); satellite- and situ-based ocean observing systems; and planning and acquisition of fisheries information management systems. The contractor shall perform for NOAA essential evaluation and testing, and provide recommendations of new and existing technologies in the various areas described above. The Government requirements fluctuate and change as anomalies occur, priorities change, and technology advances. Therefore, the requirements cannot be precisely defined at the time of award. As a result, the Government anticipates the issuance of an Indefinite Delivery Indefinite Quantity (IDIQ) contract to meet this need. As an IDIQ the Government anticipates a minimum of $200,000 for the total period of performance. Work will be established on a time-and-material task order basis. Labor categories and fully loaded hourly rates will be negotiated prior to award as well as clarification of cost factors such as local travel, office supplies, and indirect rates that will be applied to these and other materials cost. Indirect rates will be fixed in the contract. The anticipated maximum will be established at $75 million for the total period of performance of 5 years. In the past (20 years), the incumbent has provided a minimum of 15 and a maximum of 60 people as the Government’s needs fluctuated. People have been provided both on-site and off-site. A viable source must be able to manage the Government’s fluctuating need and level of expertise without losing critical knowledge based on prior development work. In addition, there is a strong potential for the selected contractor to be precluded from being considered for other NOAA awards. For example, during the past two years, the incumbent was prohibited from the submission of proposals for requirements solely for NOAA, National Environmental Satellites, Data, and Information Service (NESDIS) in the amount of approximately $260 million in acquisitions. This is due to the fact the contractor will need to have access to nonpublic information in the performance of this contract. This information includes other firm’s technical proposals, approaches, and documentation associated with supplies or services provided or to be provided to the Government. This information may provide the contractor for this requirement with a competitive advantage in a later competition for a NOAA contract. These situations would preclude the contractor from competing on the future requirement. The Contracting Officer will be the determining authority (See FAR 9.5). Since the contractor will have access to nonpublic information, a viable potential source must be able to confidently safeguard Government and other Government contractor information. In addition, a viable source must be able to establish a level of confidence with firms so there will be an unencumbered exchange of information and working relationship between it and other firms. The contractor shall grant to the Government full exclusive license to information first produced under the contract and all information pertaining to investigations and analysis shall be published by the contractor and made available to competing firms on a free of charge electronic method that shall be advertised extensively and intermittently throughout the period of performance of the contract. The contractor shall have no rights to inventions and discoveries other than those available to Government employees. The Government will have rights to data first produced in the performance of the contract. The contractor shall be restricted from incorporating proprietary data into products produced under this contract as a means of restricting release of these products. In instances where this occurs, the act will grant the Government rights to the data as if it was first produced in the performance of the contract. Interested parties must submit a written document identifing their viability as a potential source. It shall address the requirements stated above and, at a minimum, provide the following: (1) a description of experience and capability to perform the services in each of the technical areas identified above, to include complex satellite ground systems; communications systems; weather radar and processing systems; ocean observation systems; (2) a description of the approach to address the fluctuating level of efforts; (3) a description of past experiences in which the source was able to successfully interact with a competing firm under conditions requiring a nondisclosure or confidentiality agreement and resolve a problem through cooperation; (4) a description of the approach to be utilized to distribute information on scientific and technical aspects developed under the contract that will enhance the marketplace and ensure equitable access to and awareness of such development, including an estimate of the cost for the advertisement and distribution of this information and the method of reimbursement (fixed-price, cost-plus); (5) information indicating concurrence and understanding regarding the limitation in competing for future NOAA acquisition and rights in data; (6) information pertaining to past performance identifing three previous contracts of similar scope and complexity where services of this nature were provided (this experience shall demonstrate at least twelve months of actual experience providing services of this nature) over the last six years. Identify the contracting agency, the contract number, the current contract obligation and total contract value, the date of award, the period of performance, and a contact person's (CO or COTR) name, telephone number, and email address, and if the approach described in responding to (1), above, reflects the teaming of multiple companies, the past performance information must address the successful performance of the described team, including any relationships among the team members. Interested sources should also state their business size classification as it relates to NAICS code 541990 and whether they are interested in the capacity of a prime contractor. The size standard is $6 million in annual average gross revenue of the concern taken for the last three fiscal years. Small businesses interested as a prime contractor must describe how they will be able to meet the requirements of FAR 52.219-14, Limitation on Subcontractor, which states at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business. Interested sources are also requested to provide information regarding any published or catalog price lists for labor categories relevant to the services. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Responses must be submitted in writing (two copies) and must include all information cited herein. Submission shall be mailed to: U.S. Department of Commerce/NOAA, NESDIS Acquisition Management Division, SSMC 3 – Room 10100/OFA 64, 1315 East West Highway, Silver Spring, Maryland 20910 Attention: Linda H. Shariati. Responses are due no later than 3:00 pm local time on May 13, 2005. All interested parties may submit a response that will be considered by the Government. This notice seeking sources is not a request for competitive proposals. The information received may be used to determine an acquisition strategy and for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed acquisition based upon responses to this notice is solely within the discretion of the Government. See numbered note 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/SourcesSought041305/listing.html)
 
Place of Performance
Address: Suitland Federal Center Suitland, Maryland 20746
Country: USA
 
Record
SN00787761-F 20050415/050413214027 (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.