Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

A -- Advanced Data Assimilation and Mesoscale and Transport & Dispersion (ADAMTD) Modeling

Notice Date
12/3/2013
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
FA7022-13-R-0002
 
Point of Contact
Charlotte Simon, , Michelle Raines,
 
E-Mail Address
charlotte.simon2@patrick.af.mil, michelle.raines@us.af.mil
(charlotte.simon2@patrick.af.mil, michelle.raines@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. 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 (AF ISR Agency) has been tasked to solicit for, and award a contract for the Advanced Data Assimilation and Mesoscale and Transport & Dispersion (ADAMTD) Modeling acquisition. Specific tasks include: (1) The contractor shall research/survey new modeling capabilities (updates and enhancements) to the Weather Research and Forecasting (WRF) model and other preferred mesoscale model(s), and determine if they are relevant to the AFTAC atmospheric modeling mission. (2) The contractor shall create or modify software to incorporate modifications and enhancements into the AFTAC modeling system(s). (3) The contractor shall research, develop, test, and evaluate atmospheric data assimilation methods (including 3- and 4- dimensional variational data assimilation techniques and others). (4) The contractor shall enhance AFTAC's ensemble mesoscale modeling system(s) by identifying and recommending the most appropriate model setup, physics parameterizations, and initial/boundary conditions perturbations that best characterize model uncertainties. (5) The contractor shall determine optimal usage of WRF's inline tracer capability for transport & dispersion modeling. (6) The contractor shall provide modeling capabilities to determine climatological opportunities for detection of given source(s). (7) The contractor shall provide support for the implementation of modifications/enhancements to AFTAC's operational modeling system(s). (8) The contractor shall provide a Program Manager responsible for the contractor's performance of work. SECURITY REQUIREMENT: Company must have a SECRET clearance within 12 months after contract award. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract. This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541990 - All Other Professional, Scientific and Technical Services with a size standard of $14M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Apr 2014. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 96 months. It is anticipated that the contract will be awarded using a Firm Fixed Price (FFP) Contract Line Item Number (CLIN) for Operation and Maintenance (O&M), a Cost Plus Fixed Fee CLIN for Research and Development (R&D) and, a cost reimbursement line item CLIN for travel. Potential contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award of a government contract. It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged 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 HUB Zone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (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 AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a78afa54df2441b01c33a9fbdfa45798)
 
Place of Performance
Address: 1030 S. Highway A1A, Building 989, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03244808-W 20131205/131203234442-a78afa54df2441b01c33a9fbdfa45798 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.