Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

A -- Architecture Analysis of Alternatives Studies (AOA)

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NEEK-0000-6-00279
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
This amendment is being modified to delete the posting of the Federal Acquisition Circular 2005-120, that should have been 2005-12. The Circular no longer applies to this announcement. This is a Broad Agency Announcement for applied research in accordance with FAR 35.016. The National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Services (NESDIS), Office of System Development (OSD), has a requirement for on-site capability to develop Enterprise Architecture Alternatives and Enterprise Architecture Analysis of Alternatives (AOA) Studies. This announcement constitutes the only solicitation. Firm fixed price proposals are hereby requested under Solicitation No. NEEK-0000-6-00279, and no further written solicitations will be issued. The associated North American Industrial Classification System (NAICS) Code for this acquisition is 541710, size standard 500 people. Background: The U.S. Government (USG) Department of Commerce?s (DOC) National Oceanic and Atmospheric Administration's (NOAA) primary mission is to understand and predict changes in the Earth?s environment, issue severe weather warnings, and conserve and manage coastal and marine resources to meet our Nation?s economic, social, and environmental needs. This mission requires continuous capabilities to utilize our observation systems to collect, acquire, process, archive, disseminate environmental data and information, and to provide information services. These data are acquired on an extensive spatial range (global, regional and local) within a variety of time scales (seconds to days) to meet a multitude of user requirements. These data include, but are not limited to: hemispheric imagery; cloud and precipitation parameters; atmospheric profiles of temperature, moisture, wind, aerosols and ozone; surface conditions concerning ice, snow and vegetation; ocean parameters of sea temperature, color and state; solar conditions and space environment; and global communications. These data are critically needed for: 1) severe storm and flood warnings; 2) tropical cyclone (hurricane reconnaissance and warnings); 3) hydrologic forecasts and water resources management; 4) ocean surface and internal structures forecasts; 5) medium range forecast outlook (out to fifteen days); 6) solar and space environmental forecasts; 7) aviation forecasts (domestic, military, and international); 8) ice conditions forecasts; 9) seasonal and inter-annual climate forecasts; 10) decadal-scale monitoring of climate variability; 11) long-term global environmental change assessment; 12) environmental air quality monitoring and emergency response; 13) fire and volcanic eruption detection and analysis; and 14) short-term and mesoscale forecasts. To meet requirements and accomplish NOAA?s mission, the current collection of observing and data systems perform three major functions: Earth Observations: Measurement, acquisition, processing and dissemination of Earth observation data from the atmospheric, land, ocean and space environment. Data collection, processing, archive and dissemination: Receipt, storage and redissemination of data from all data collection platforms necessary to fulfill NOAA?s mission. Data Products and Warnings: Continuous relay and dissemination of environmental data to distributed users, independent of other system functions. NOAA?s current baseline architecture includes 86 environmental observing systems gathering over 300 environmental observing parameters. NOAA has land-, sea-, air, and space-based observing platforms and also accesses international, national and commercial data. NOAA?s data handling systems include 59 stovepipe systems that address 23 data management functions. Future observing system collectors will be capable of increased resolution and vastly increased data volumes will need to be archived and efficiently accessed by an expanding number of users. NOAA must also migrate from this current stovepipe environment to an information enterprise. Description of Requirement: The Government desires to research complete end-to-end system architecture options that assess the infusion of new or existing technologies that may enhance performance and reduce costs. Respondents are encouraged to propose innovative methods to meet the performance requirements and provide cost benefits. The Proposal must address at least one of the four Task Areas, but not more than two of the following Task Areas: 1. Task Area 1: Assess/Score/Rank. This task area seeks a methodology and identification of potential tools to assess/score/rank the over 300 environmental observing parameters. It also seeks to understand the methodology that can be applied to assess/score/rank alternative architectures. 2. Task Area 2: Functional Allocation of Environmental Observing Parameters to Platforms. This task area seeks a methodology to determine the functional allocation of over 300 observing parameters to platform types, i.e., space-based, air-based, land-based, etc. 3. Task Area 3 ? Data Management. This task area seeks a methodology to streamline NOAA?s 59 ?stovepipe? data management systems satisfying 23 data management functions. 4. Task Area 4 - Data Integration. This task area seeks to apply improvements to the integration of environmental data from multiple sources and to streamline and improve efficiency in the production of data and information products and services. This task area also seeks to understand methods of addressing our future enhanced sensor collection capabilities, i.e., NPOESS and GOES-R. Evaluation and Basis for Award: The evaluation criteria, in descending order of importance, will be based upon: (1) The Respondent?s performance and experience on similar enterprise architecture and AoA efforts (45%) (2) The Respondent?s demonstrated understanding of NOAA?s missions and its user environmental observing requirements, its baseline architecture, federal and commercial information drivers and future information technology factors, and a demonstrated understanding of OMB?s Federal Enterprise Architecture (FEA) Process (35%) (3) The Respondent?s current capability as evidenced by its corporate, research, and industrial resources to produce the Proposal corresponding to the Task Area(s) (25%) The Government requires the Proposal to address the conceptual architecture concept/methodology, advances in state of the art technology that could be applied to the task, and performance that demonstrates the Respondent?s capability to perform successfully in the Task Area. Respondent?s past experience in the task area should identify the contract, a current reference person and phone number, and the Respondent?s role in the performance of said contract(s). The Government?s document package is available at: www.nosa.noaa.gov. Offerors are advised that the Government may secure Contractors to provide advisory analyses on the Respondent?s Proposal for purposes of including a non-biased, third-party assessment from experts in the respective fields of enterprise architecture development, observing systems, systems engineering, and ground systems. These Contractors shall sign and submit non-disclosure and organizational conflict of interest certifications to the Contracting Officer. However, these Contractors shall not perform any role in the technical scoring of Proposals. Access to Proposals shall be handled under the FAR, Part 3.104, and 5 U.S.C. 552(b)(4). The Government reserves the right to select for award any, all, part, or none of the proposals received in response to this announcement. Awards are subject to the provisions of the FAR Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any other NOAA contracts through an active contract or subcontract. All affirmations must state which office(s) the offeror, supports, and identify the prime contract number. Affirmation shall be furnished at the time of proposals submission. All facts relevant to the existence or potential existence of organizational conflicts of interests, as that term is defined in the FAR 9.501, must be disclosed. The disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. This BAA is an expression of interest only, and does not commit the Government to pay any pre-proposal or proposal preparation costs Estimate of Available Funds and Number of Awards The Government has budgeted approximately $1,200,000 for this requirement. The Government may make multiple or no awards of firm fixed price type contracts. Any contract awarded shall address at least one, but not more than two of the task areas. Provisions and Clauses: Provisions and clauses for firm fixed price contract(s) to be awarded pursuant to this notice are those in effect for this contract type through Federal Acquisition Circular 2005-120. Offers: Proposals should be submitted in an original and seven (7) copies. Written format: All Proposals shall use clear, readable, single-spaced type on 8 ?" x 11" paper, single-sided, unless using charts, which are encouraged where they can be appropriately used to convey approaches and methods. Material must be presented using a 10-point font size in document tools in Microsoft Office format. Files must also be submitted in .pdf format. Material should also be submitted via electronic media using CD media and in Microsoft Office Tools format. The Proposal must not exceed fifteen (15) pages of narrative including charts, coversheet and footnotes, or thirty (30) pages for a multiple task proposal. Failure by any Respondent to follow these instructions shall cause its proposal to be removed from consideration by the peer review panel, and shall be construed by the Government as the Respondent having made this exclusion purposefully. This BAA is open to commercial industry, academic institutions, and other interested parties. Proposals submitted in response to this BAA must be received no later than 3:00 P.M. on September 15, 2006, at the following address: NOAA/NESDIS Acquisition Division Attn: Annita L. Wimbish Contracting Officer SSMC-3, Room 10100, OFA-64 1315 East West Highway Silver Spring, Maryland 20910 All responsible sources may submit a Proposal that will be considered by the Government. Offerors shall have completed the annual representations and certifications electronically at http://orca.bpn.gov. This is in accordance with FAR 52.212-3. Submission shall be received by 3:00 PM, September 15, 2006. Submission shall be received at the following location by the date and time specified above:
 
Place of Performance
Address: NOAA/NESDIS/Office of Systems Development, 1335 East West Highway, SSMC-1, RM. 5230, Silver Spring, MD 20910
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01140561-W 20060914/060912220158 (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  © 1994-2020, Loren Data Corp.