SOURCES SOUGHT
J -- NEXRAD WSR-88D Tower Inspection, Repair and Maintenance.
- Notice Date
- 10/9/2009
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133W-10-RP-0014
- Point of Contact
- Mona M. Ash, Phone: 206-526-6384
- E-Mail Address
-
mona.m.ash@noaa.gov
(mona.m.ash@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. THIS NOTICE REPLACES NOVEMBER 25, 2008 NOTICE, SOLICITATION NUMBER: NEXRADWeatherSurveillanceRadarTowersMBY The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified small business concerns capable of furnishing the National Oceanic Atmospheric Administration (NOAA), National Weather Service (NWS), Radar Operation Center (ROC) located in Norman, Oklahoma with repair and maintenance service requirements for the Next Generation Weather Radar (NEXRAD) Weather Surveillance Radar - 1988 Doppler Towers (WSR-88D). This includes tower inspection, engineering evaluation services, structural repair, replacement services, and restoration of galvanic coating services, supplies, materials, and engineering data. The Government anticipates award of an Indefinite-Delivery, Indefinite-Quantity contract for a one (1) year base period and four (4) one (1) year option periods. The estimated maximum number of towers serviced per year is ten (10). The North American Industry Classification System Code (NAICS) for this requirement is 811213 with a size standard of $7.0 Million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. BACKGROUND: The NEXRAD program is a tri-agency joint effort of the Department of Commerce (DOC), the Department of Defense (DOD), and the Department of Transportation (DOT). The operational user agencies involved are: DOC NOAA NWS; DOD United States Air Force (USAF) and Naval Meteorological and Oceanography Command (NMOC); and, DOT Federal Aviation Administration (FAA). The NEXRAD program has deployed 158 operational and 3 non-operational (training, test, and repair) towers supporting the WSR-88D weather radar systems throughout the United States with isolated locations and various overseas locations in Alaska, Hawaii, Guam, Okinawa, Korea, Azores, and Puerto Rico. The WSR-88D Radar Operations Center (ROC) has support management responsibility for these radars for the tri-agency NEXRAD program. Part of the support management responsibility for these radars is the maintenance of the tower structure in a fully operation condition to ensure the mission of the tri-agency radar network can be continuously met. SCOPE: The proposed IDIQ contract will provide for initial WSR-88D tower inspection and engineering evaluations services. Based on the results of these evaluation services, this contract will provide for the WSR-88D tower repair services and WSR-88D tower supplies and materials required for restoration of the inspected tower for a timely restoration to its original conditions. Restoration may include, but is not limited to, replacement of structural components, replacement of fasteners, repair/replacement of lighting protection systems components, corrosion removal, cleaning, painting, and repair/replacement of galvanic coatings and tower foundations. Although the Government does not require the use of OEM parts, the contractor must specify any proposed replacement components that are not OEM parts, and demonstrate to the Government's satisfaction that the substitute part is interchangeable and the same quality of the like OEM part. Finally, the work under this contract provides for the delivery of WSR-88D tower engineering data and engineering change proposals resulting from any modifications to the documented tower configuration. REQUEST FOR INFORMATION INSTRUCTIONS THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR INFORMATION ONLY. Interested sources must provide the following information: 1) Contractor's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc. 2) Documentation to support the contractor's capability to provide WSR-88D tower inspection, repair and replacement including complex logistic support for work on Government site-locations worldwide. No references to websites will be accepted. 3) A detailed plan explaining the implementation and coordination of resources (i.e. workforce, materials, etc) to meet tower inspection, repair, and maintenance requirements in the United States as well as isolated and overseas locations. Some tasks are required on a sporadic basis, which means maintenance is accomplished outdoors and exposure to elements. However, a majority of the work is accomplished during the late spring, summer, and early fall. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 1:00 PM Pacific time, October 15, 2009. Email Address: Mona.M.Ash@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133W-10-RP-0014/listing.html)
- Record
- SN01983828-W 20091011/091009235231-ad7ec9073e645646dad404330047ac8a (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 |