Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2011 FBO #3478
SPECIAL NOTICE

A -- Meteorological Modeling and Tracer Capabilities Study

Notice Date
6/1/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA8771-11-R-0001
 
Archive Date
7/1/2011
 
Point of Contact
Janice E. Heaton, Fax: 321-494-5403, Leshan A Gardner, Phone: 321-494-5189
 
E-Mail Address
janice.heaton@patrick.af.mil, leshan.gardner@patrick.af.mil
(janice.heaton@patrick.af.mil, leshan.gardner@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a Sole Source Procurement. The Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA) intends to negotiate a Fixed Price contract on a sole source basis with Florida State University (FSU). The primary objectives of this effort are to embed a lagrangian transport and dispersion (T&D) model within the Weather Research and Forecast Model (WRF). This T&D model should be well-validated and peer-reviewed. This work will also entail determining the optimal configurations for T&D modeling within WRF. The WRF model was developed by various agencies and universities (e.g., the National Center for Atmospheric Research (NCAR), the National Center for Environmental Prediction (NCEP), the Air Force Weather Agency (AFWA), and Penn State University) and is considered the United States meteorological community mesoscale model. This research and development will consist of sensitivity studies of T&D using WRF with the newly integrated transport and dispersion model as compared to similar T&D models run offline from the WRF model. The required services call for unique experience in transport and dispersion issues, including experience with National Aeronautics and Space Administration (NASA) airborne field projects involving the global transport of air pollutants. Locations of those field projects include numerous regions within both hemispheres. Expert-level experience in performing and analyzing numerical model simulations over various regions of the world is critical to accomplishment of this requirement. This research will answer questions that are very similar to those encountered during the NASA research. The contractor shall prepare a variety of T&D products for each field project using a variety of meteorological model output ranging from global models down to the locally run WRF model and shall assess the quality of trajectories and other T&D parameters by viewing the trajectories and comparing them with in situ data. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The contract period of performance will be 24 months from date of award. The sole source acquisition is justified under FAR 6.302-3. No solicitation documents exist at this time. This acquisition will be conducted on an unrestricted basis. The North American Industry Classification System (NAICS) code is 541712, with a size standard of 500. Interested firms may identify their capability to respond to this requirement. This notice of intent is not a request for competitive quotes; however, the government will consider any responses from capable sources received prior to the closing date of this notice. The RFP will be available on or about 20 June 2011 on this website only. It is the responsibility of the prospective offerors to monitor the FEDBIZOPPS website (http://www.fbo.gov) for the solicitation and amendments. Fax, telephone, written or email requests for this solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION AND OR AMENDMENT WILL BE ISSUED FOR ANY REASON). Potential contractors must be registered in the Central Contractor Registry to be eligible for award. (See internet site: https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun and Bradstreet at 1-800-333-0505. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for either the information solicited or any required travel expenses. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the AFISRA ombudsman, Ms. Veronica Solis, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-2453, FAX 210 977-6414, veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6beca66b92302bba3e4df220bc792786)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02461776-W 20110603/110601235116-6beca66b92302bba3e4df220bc792786 (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.