Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

A -- Weather Analysis and Forecasting, 3DVAR

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-12-T-0005
 
Archive Date
5/23/2012
 
Point of Contact
Michelle Raines, Phone: 321-494-7320, Karen Hayes, Phone: 321-494-6298
 
E-Mail Address
michelle.raines@patrick.af.mil, karen.hayes@patrick.af.mil
(michelle.raines@patrick.af.mil, karen.hayes@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought market survey announcement for information only, to be used for preliminary planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA) have been tasked to solicit for and award a contract for the Air Force Technical Applications Center (AFTAC). This request for information is to gain knowledge of interest, capabilities, and qualifications of various companies to research and develop, test, and evaluate (RDT&E) mesoscale and storm-scale data assimilation enhancements compatible with the current AFTAC Weather Research and Forecasting (WRF) Three Dimensional Variational (3DVAR) system. In order to successfully perform the required services, the contractor must be able to demonstrate the capability to provide the following: 1. Intimate working knowledge of mesoscale and storm-scale meteorology and high-resolution radar data assimilation using state-of-the-art variational techniques and the WRF 3DVAR data assimilation system 2. Working knowledge of transport and dispersion modeling in mesoscale environments 3. The provided data assimilation system must be capable of ingesting multiple data types from available Doppler weather radars and automated surface weather sites 4. The data assimilation system must generate detailed four-dimensional representations of atmospheric state variables including wind and temperature, suitable for ingest into transport and dispersion models Travel is required as directed by the Government to receive training or to support the mission. The applicable North American Industry Classification System (NAICS) code and size standard are 541712/500 employees. A firm-fixed-price (FFP) contract is anticipated for a one-year contract period. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent and relevant experience in all areas should be provided. The response must not exceed five (5) pages including graphics, tables, or photographs. Firms responding must state whether they are Small Business (SB), Small Disadvantage Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, or a large business based on the size standard above. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-333-0505. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AFISRA ombudsman, Ms. Veronica Solis, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-4504, facsimile 210-977-6414, veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Please submit information no later than 8 MAY 2012 electronically to Contract Specialist Karen Hayes at karen.hayes@patrick.af.mil or via mail to ATTN: Karen Hayes, AF ISR Agency/A7KRB, 1030 South Highway A1A, Bldg 989, Patrick AFB, FL 32925. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a2a3fe1f43b4e1c17b46d0d58e20bdb)
 
Place of Performance
Address: 1030 S. HWY A1A, Bldg 989, Patrick Air Force Base, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02736264-W 20120503/120502000516-7a2a3fe1f43b4e1c17b46d0d58e20bdb (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.