SOLICITATION NOTICE
B -- Contractor Support for Development of Satellite Land Surface Products - Evaluation Criteria
- Notice Date
- 7/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- 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, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NEED2000-9-06898
- Archive Date
- 8/7/2009
- Point of Contact
- Jay S Parsick, Phone: 301-713-3478 ext. 173, Greg Davies, Phone: 301-734-3478 x142
- E-Mail Address
-
jay.parsick@noaa.gov, Greg.Davies@noaa.gov
(jay.parsick@noaa.gov, Greg.Davies@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Evaluation Criteria COMBINED SYNOPSIS/SOLICITATION FOR Development of Satellite Land Surface Products NEED2000-9-06898 The National Oceanic and Atmospheric Agency (NOAA) located in Silver Spring, MD is planning to purchase Development of Satellite Land Surface Products for Information on land surface parameters such as the land surface temperature (LST) and flood and standing water (FSW) are important for understanding and monitoring climate change, modeling the hydrological and biogeochemical cycles. Currently the Center for Satellite Applications and Research (STAR) of NOAA NESDIS is developing several satellite land surface products for the NOAA GOES and POES satellites. This statement of work (SOW) defines some tasks on developing LST and FSW for GOES satellites. The anticipated award date is August 2009. The NAICS code for this action is 541513; size standard is $6.5 Million. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This action is issued as a request for quotation. The solicitation number is NEED2000-9-06898. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33. This process is being conducted under the test procedures for the procurement of commercial items under the authority of FAR 13.5. Contractor Support for Development of Satellite Land Surface Products for a base year and three (3) option years are listed below are to be priced by contractors: Base year and three (3) option years below to be covered under this Research and Development of Satellite Land Surface Products Contract; Base Year: 1. Development of Satellite Land Surface Products. Cost Per Year tiny_mce_marker _________. Option Year 1: 2. Development of Satellite Land Surface Products. Cost Per Year tiny_mce_marker _________. Option Year 2: 3. Development of Satellite Land Surface Products. Cost Per Year tiny_mce_marker _________. Option Year 3: 4. Development of Satellite Land Surface Products. Cost Per Year tiny_mce_marker _________. Total of Base Year and Three (3) Option Years. Total Cost tiny_mce_marker ____________. Requirements: 1.0 Statement of Work. 1.1 Task: Development for FSW Product Satellite-derived flood maps in near-real time are valuable information to stake holders and policy makers for disaster monitoring and relief efforts. In the mission of GOES-R satellite development, FSW is one of the requirements desired (option 2) products by the program office and the user community. The GOES-R Algorithm Working Group (AWG) land team takes the responsibility of developing algorithms for the land surface products including FSW. This task will be part of the land team activities conducting for final deliveries of the algorithm code, related scientific and programming documents. The development is based on the Advanced Baseline Imager (ABI) instrument that will be on board the GOES-R satellite, and will need to meet the requirements defined particularly for the FSW product by the GOES Program Office (GPO). A detection algorithm will be developed for producing the GOES-R FSW product. Major tasks for the development include: 1) An algorithm design review (ADR) will be conducted and reported to the GOES-R Algorithm Working Group (AWG). 2) A set of science code developed following the design will be delivered to the GOES-R AWG, with associated parameters, test dataset, and test results. A document of describing the software will be included software code and related documents will be delivered to the AWG. The code will meet the AWG requirement. 3) A critical design review of the algorithm development will be conducted and reported to the AWG. 4) An 80% readiness Algorithm Theoretical Basis Document (ATBD) will be delivered. The ATBD will meet the content and format requirements defined by the AWG. It will be examined by independent reviewers selected by the GOES-R program office. 5) The task activities will be scheduled and reported monthly for progress, issue and resolution. 1.2 Task: Development for LST Product Land surface temperature (LST) is important for understanding climate change, modeling the hydrological and biogeochemical cycles, and is a prime candidate parameter for Numerical Weather Prediction assimilation models. Current GOES LST at NOAA NESDIS is an intermediate product derived from sounder data which is poor in resolution and unknown accuracy. High resolution GOES LSTs with better accuracy are required from users, like the NCEP Weather forecast and data assimilation model (Ken Mitchell). In addition, the GOES LSTs derived from GOES-East and GOES-West may be mission goals in Climate, and Weather and water, a proposal for developing consistent LST from GOES satellites was submitted and approved by GOES Improved Measurements and Product Assurance Plan (GIMPAP). A retrieval algorithm will be developed for producing the GOES LST product. Major tasks for the development include: 1) Multi-channel LST Algorithm(s) and coefficients will be developed/adapted and generated. The algorithms are applicable for the infrared bands of GOES Imagers including GOES-8, GOES-10, and GOES-11, GOES-12, GOES-13. 2) Emissivity variation of the land surface will be considered explicitly in the algorithm for accurate LST retrieval. 3) The derived LSTs from different GOES Imagers should be consistent. In other words, the LST difference between the Imagers should not have significant impact to users who used the LST for climate record analysis. 4) The algorithm(s) will be ready to transit to operational product development 5) Quarterly report will be required for the project activities. 6) Software code, test datasets (including simulation data, real satellite data) will be delivered with related documents. 7) A primary validation report will be documented. 2.0 Suggest Staffing The level of effort required is 1.5 FTE for 12 months. Expertise in satellite land surface remote sensing researches, specifically in the FSW and LST algorithm developments, is desired. 3.0 Deliverables • Algorithm design review (documents and presentations) • Simulation database for the algorithm development and evaluation, and related documents • Software code for the algorithms of FSW and LST implementation, and related documents (detail design document, flowchart, test plan, test report, etc.) • Validation/evaluation reports of the algorithm developments • Monthly reports, quarterly reports, annual reports • LST algorithm development final report, operational converting proposal • FSW algorithm 80% readiness report. 4.0 Training Not applicable. 5.0 Travel Not Applicable. Note: the project may be extended up to 2012, with additional funds. 6.0 IT Security The C&A requirements of Clause 1352-237-73 does not apply; a Security Accreditation Package is not required. Timely proposals will be evaluated in accordance with FAR 52.213-4, Evaluation - Other Than Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Quotes will be evaluated against the requirements of the RFQ and in accordance with the evaluation criteria set forth below to determine the Offeror's demonstrated ability to perform the services required. General statements such as "the vast resources of our nationwide company will be used to perform the services required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the proposal. Any proposal failing to address all of the elements may be considered indicative of the Offeror's lack of understanding in response to the Government's requirements and may be considered unacceptable. quote submittals will be reviewed, evaluated, and rated using a color evaluation method. Quotes will be scored using a rating scale of: Green (Acceptable), Yellow (Marginal), and Red (Unacceptable). Attached herein is a more detailed definition of each of the color scoring factors. Past performance is to be reported as part of proposal based on similar maintenance services conducted in a federal or DOD environment during the last three years. The contracting officer will make a best value award decision weighing the technical merits of the proposed Development of Satellite Land Surface Products for Information on land surface parameters such as the land surface temperature (LST) and flood and standing water (FSW) are important for understanding and monitoring climate change, modeling the hydrological and biogeochemical cycles together with past performance as well as the overall price. Technical solution and past performance, when combined, are significantly more important than price, and the contracting officer may trade off price for higher rated Development of Satellite Land Surface Products and make award to other than the lowest priced offeror to establish a best value for the Government. The contracting officer reserves the right to award without discussions. No phone calls or emails. Note the due date for This RFQ is July 16, 2009 at 1 PM EST.The Government reserves the right to make an award without discussions. Offerors shall complete their annual representations and certification at http://orca.bpn.gov and complete paragraph. (b) of 52.212-3 or, if annual certifications not completed, complete and sign para (c) through (m) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) with its offer. The clause at FAR 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (Mar 2009), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT 2006); FAR 52.219.8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities (FEB 2008); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003), Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following Commerce Acquisition Regulation apply to the Acquisition: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005), CAR 1352.208-70 Print (MAR 2000), CAR 1352.209-72 Restrictions Against Disclosure (MAR 2000), 1352.209-73 Compliance with the Laws (MAR 2000), CAR 1352.233-70 Harmless from Liability (MAR 2000), 1352.252-70 Regulatory Notice (MAR 2000). Commerce Acquisition Clauses provisions can be obtained at http://oamweb.osec.doc.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEED2000-9-06898 /listing.html)
- Place of Performance
- Address: 5200 Auth Road, Room 701, Camp Springs, Maryland, 20746, United States
- Zip Code: 20746
- Zip Code: 20746
- Record
- SN01867057-W 20090709/090708000347-c4a48093742c50d50a0a29c62090ce60 (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 |