Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOLICITATION NOTICE

D -- OUTER CONTINENTAL SHELF AIR QUALITY SYSTEM (OCSAQS)

Notice Date
2/19/2019
 
Notice Type
Synopsis
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
BSEE-Sterling ACQ Ops Branch<br />45600 Woodland Road, VAE-AMD<br />Sterling<br />VA<br />20166-9216<br />US<br />
 
ZIP Code
20166
 
Solicitation Number
140E0119Q0021
 
Response Due
3/6/2019
 
Archive Date
4/6/2019
 
Point of Contact
Williams, Christina
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS OF PROPOSED CONTRACT ACTION This is a pre-solicitation synopsis for commercial supplies and services prepared in accordance with far Part 5.2. The purpose of this synopsis is to provide a pre-solicitation notice for a proposed contract action entitled, Outer Continental Shelf Air Quality System (OCS AQS). In accordance with the content requirements in FAR Subpart 5.207, the following information is provided: 1. The anticipated NAICS Code for this requirement is 541511, Custom Computer Programming Services. 2. The anticipated Product or Service Code (PSC) is D318, IT/Telecom Integrated Hardware/Software Solutions 3. The Contracting Officer and Contracting Office Address for this action is: Christina Williams, Contracting Officer Acquisition Operations Branch U.S. Department of the Interior Bureau of Safety and Environmental Enforcement (BSEE) 45600 Woodland Road, VAE-AMD Sterling, VA 20166 4. The anticipated forthcoming Solicitation Number is 140E0119Q0021 5. Description: The U.S. Department of the Interior, Bureau of Safety and Environmental Enforcement (BSEE) and Bureau of Ocean Energy Management (BOEM) require an integrated Outer Continental Shelf Air Quality System (OCSAQS) solution to replace the legacy system, the Gulf-wide Offshore Activities Data System (GOADS). The OCS AQS shall provide users with a comprehensive and proven state of the science solution for emissions management for all OCS oil and gas exploration, development, and production activities in the Gulf of Mexico and Alaska regions including collecting emission source activity data, calculating emissions, performing quality assurance and control, archiving this data (including legacy data), and reporting emission results, while incorporating emerging technologies and innovations in order to maximize users ¿ submission experience. The individual user ¿s end-to-end emissions experience is comprised of a multi-step process from data collection, validation, to final reporting of emissions data. The Government seeks a suite of fully integrated services offering valuable added benefit to each phase of the individual user ¿s experience. This system will provide internal customers with dynamic tools, communications and information sharing support services, agile technologies, robust and reliable reporting capabilities, and end-user support services. The Contractor shall configure (using a commercially available solution), test, and support a web-based emissions reporting tool that will collect OCS monthly activity data per emissions source per facility, validate the activity data, automatically calculate, collect, and validate the monthly and annual calendar year (CY) emissions inventory for OCS oil and gas facilities based on approved U.S. Environmental Protection Agency (USEPA) methodologies, and provide reports and maps of the results. The Contractor shall also write a User ¿s Manual and organize/conduct User ¿s Trainings to familiarize the community with the new solution. Pollutants to be captured should include carbon monoxide (CO), sulfur dioxide (SOx), particulate matter-10 (PM10), particulate matter-2.5 (PM2.5), lead (Pb), ammonia (NH3), volatile organic compounds (VOC), carbon dioxide (CO2), methane (CH4), nitrous oxide (N2O), CO2 equivalent, and appropriate hazardous air pollutants (HAPs). The Contractor shall operate, repair, and maintain the OCS AQS application and data with the primary goal of improving the overall user experience and preventing system failures. This includes, but is not limited to, preventive and scheduled maintenance, activities to retain or restore the solution (such as testing, measurements, replacements, and adjustments), and other routine work required to maintain and/or enhance the solution. A complete requirements description will be provided in the solicitation. 6. The anticipated Deliverables Schedule is included in the attached Microsoft Word document. 7. The anticipated primary place of performance will be the contractor ¿s facility. 8. This requirement will not be set-aside for small business concerns, but small businesses will have a fair opportunity to participate in responding to the solicitation. A subcontracting plan will be required from any large business that responds to this requirement. 9. The solicitation will be made available via the GPE, www.fbo.gov and via FedConnect. Information necessary to respond to the solicitation will be provided in the solicitation when posted. 10. The anticipated period of performance shall be for a Base Period of twelve (12) months from the date of award, with two (2) twelve (12) month Option Periods. The total period of performance, if all options are exercised shall not exceed thirty-six (36) months. INTERESTED PARTIES LIST: If you are interested in being notified upon release of the solicitation, which will be publically posted on www.fbo.gov, please send your organization ¿s name, point of contact, address, telephone number, email address, and DUNS number via email to Christina Williams at christina.williams@bsee.gov. Requests to be added to the interested parties list are due no later than 2:00 P.M. Eastern Time, on March 6, 2019. Please reference Solicitation No. 140E0119Q0021 and title ¿Outer Continental Shelf Air Quality System (OCS AQS) on your request. TELEPHONE INQUIRIES ARE STRONGLY DISCOURAGED. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/cd08f6ccd6b052ee20f8e4e95fcbb0cd)
 
Record
SN05295300-F 20190501/190429230008 (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.