Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOURCES SOUGHT

R -- Meteorological Support Services (MSS) for the Reagan Test Site (RTS)

Notice Date
3/14/2019
 
Notice Type
Synopsis
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
350 Vandenberg St. Building 3 Peterson AFB CO 80914
 
ZIP Code
80914
 
Solicitation Number
W9113M-19-R-0061
 
Response Due
3/28/2019
 
Point of Contact
Nathan D. Martin, Lead Contract Specialist, Phone (256) 955-5906, - Summer L. McDermott, Contracting Officer, Phone (256) 955-5838
 
E-Mail Address
nathan.d.martin18.civ@mail.mil, summer.l.mcdermott2.civ@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. This is not a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE FOR PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. DESCRIPTION : The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) is seeking potential sources with the capabilities to satisfy recurring requirements for the Reagan Test Site (RTS), located on the U.S. Army Garrison-Kwajalein Atoll. RTS has a continuing need for Meteorological Support Services (MSS) to: (1) provide mission support with collection, process, and interpretation of meteorological data through the Universal Documentation System (UDS); provide remote mission execution support; and provide support to other customers/communities such as National Aeronautics and Space Administration (NASA), Department of Energy (DOE), National Oceanic and Atmospheric Administration (NOAA), and National Weather Service (NWS); (2) provide local community meteorological support such as routine public service, aviation and marine forecasts; and ensuring weather warnings and advisories are disseminated as required; (3) provide operations and maintenance of meteorological equipment and instrumentation; and update facility manuals for all RTS meteorological instrumentation and equipment; and, (4) provide recommendations to RTS requested engineering change proposals (ECPs) for improvement and modernization (I&M) of existing meteorological systems and capabilities and then provide systems engineering and integration support for RTS approved I&M ECPs. The required MSS effort is provided near the Intertropical Convergence Zone (ITCZ), in an extremely corrosive marine environment (i.e. salt spray and periods of heavy rainfall). The contractor may be required to provide MSS on a campaign basis at remote locations outside Kwajalein Atoll, such as Wake Island and Aur Atoll in the Republic of the Marshall Islands (RMI), as necessary to support RTS requirements. The contractor is expected to operate, and/or analyze/interpret data from the following meteorological systems and instrumentation: Environmental Satellite Systems; Weather Radar Systems; Upper Air Measurements; Conventional Ground Measurements; Special Measuring Systems. CAPABILITY : To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1) Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the System for Award Management (SAM) database (https://www.sam.gov/); (c) demonstrate the ability to perform the requirement. This statement should specifically describe your firm's ability to provide adequate resources to perform the task. (2) Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3) Contractor's expertise in providing services to OCONUS (limited to 2 pages). (4) NAICS code identified is 541990 (All Other Professional, Scientific, and Technical Services with a small business size standard of $15 million). The contractor shall advise their business size status and certifications(s) with exit dates, as applicable, in their response. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Nathan D. Martin at nathan.d.martin18.civ@mail.mil and Summer L. McDermott at summer.l.mcdermott2.civ@mail.mil by 28 March 2019, 1500 Central Time (CT). Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED. The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for a procurement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/d4b1208a9e4ab4b50c8272bf66a7b6c3)
 
Place of Performance
Address: Kwajalein Atoll, Non-U.S
Country: MH
 
Record
SN05249749-F 20190316/190314230021 (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.