Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOLICITATION NOTICE

70 -- Diagnosing Thunderstorm Severity Using Coupled GOES-R Advanced Baseline Imager and Global Lightning Mapper Data - Statement of Work

Notice Date
4/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
NEED2000-10-09805
 
Archive Date
5/4/2010
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NEED2000-10-09805 is being issued as a Request for Quotation. The North American Industry Classification System Code (NAICS) is 541330 and business size of $4.5M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NEDSIS), Office of Research and Applications (E/RA), has a project to Diagnose Thunderstorm Severity Using Coupled Proxy GOES-R Advanced Baseline Imager and Global Lightning Mapper Data. This project will produce a satellite-based 'storm severity index' product designed to substantially enhance our ability to isolate updrafts within thunderstorms, and the related hazards that accompany the occurrence of strong updrafts within active portions of convective storms, specifically heavy rainfall, frequent cloud-to-ground lightning, overshooting tops (and hence locations that generate severe turbulence aloft for aircraft), and subsequent ground-level heavy rainfall, and microbursts (caused by the collapse of updraft cores). As part of this work the SATCAST System must be evaluated and there must be demonstration of overshooting top identification and spatial location mapping, and assessment of regions of likely cloud-induced turbulence associated with gravity wave generation aloft. Deliverables: A) White Paper on 'The Potential Use of GOES-R GLM Lightning Data in Aviation Algorithms,' which will 1) provide necessary background on cloud electrification, lightning and relevant aviation requirements related to thunderstorms (e.g., convection and turbulence), 2) summarize key GOES-R instruments and (proxy) data (GLM and the Advanced Baseline Imager - ABI), 3) outline existing aviation algorithms, 4) develop ideas for integrating GLM lightning into existing aviation algorithms, and 5) motivate and develop key concepts for potential new aviation products and algorithms using GLM-only and GLM-ABI data. B) Test, in an operational setting, the newest aspects of the convective initiation algorithm formally known as Satellite Convection Analysis and Tracking (SATCAST) and summarize feedback from forecasters and participants in the experiments on product performance, usefulness and suggested improvements; and C) Produce and document a satellite-based 'storm severity index' product designed to isolate updrafts within thunderstorms, and the related hazards that accompany the occurrence of strong updrafts within active portions of convective storms, specifically heavy rainfall, frequent cloud-to-ground lightning, overshooting tops (and hence locations that generate severe turbulence aloft for aircraft), and subsequent ground-level heavy rainfall, and microbursts (caused by the collapse of updraft cores). Period of Performance: Date of Award through March 30, 2011. The resulting purchase order shall negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. The following clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.213-4, Contract Terms and Conditions - Other Than Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than April 19, 2010 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEED2000-10-09805/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02113269-W 20100407/100405235316-0e3f580f230120fac612673ffbb55324 (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.