SPECIAL NOTICE
L -- AIRMoN Site Operation - Smith Island, MD
- Notice Date
- 7/6/2012
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/OAR/ARL/ATDD, 456 S. Illinois, Oak Ridge, Tennessee, 37830
- ZIP Code
- 37830
- Solicitation Number
- NRMAC100-12-02814-GXL
- Archive Date
- 7/31/2012
- Point of Contact
- Barbara G Shifflett, Phone: 8655760061, Gabrielle Berry, Phone: 865-576-7425
- E-Mail Address
-
barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, NOAA/OAR/ARL/ATDD, plans to solicit and negotiate on a sole source basis, in accordance with FAR 6.302-1, with Francis Parks to provide site support and maintenance at Smith Island, Maryland. Period of performance is to be: Base Year: September 14, 2012 - September 13, 2013 Option Year 1: September 14, 2013 - September 13, 2014 Option Year 2: September 14, 2014 - September 13, 2015 Requirements are as follow: The Smith Island, Maryland station (37.9925, -76.0345) is one of approximately 250 stations in the National Atmospheric Deposition Program National Trends Network, a joint venture between NOAA, EPA, USDA, USGS, and several other state, federal, and private organizations designed to determine trends in the nation's precipitation chemistry. The Smith Island station was chosen to monitor nitrogen and sulfur deposition directly to the central Chesapeake Bay. Smith Island is one of the very few places where this is possible, and the selection of a site operator was quite difficult given the location of the station and the very few people who still live there. The Smith Island site meets NADP siting guidelines and has operated satisfactorily since it began operation in 1995. Current costs are modest; moving the site or changing the site operator will disrupt a working arrangement that was quite difficult to establish. More importantly, moving the site will destroy continuity of our data record, the most important consideration in a trend determination process. Tasks to be performed The work to be performed by Mr. Francis Parks Jr. at the Smith Island station as part of the National Atmospheric Deposition Program/National Trends Network will be to continue monitoring precipitation chemistry on a weekly basis according to the methods specified by the NADP/NTN Central Analytical Laboratory in Champaign, Illinois. This effort requires the following: • Routine (at least weekly) maintenance of Aerochem Metrics precipitation collector and official recording gauge • Collection of all precipitation samples on a weekly basis for the entire year. Follow the weekly Tuesday to Tuesday sample collection schedule and submit samples with a completed Field Observer Report Form (FORF) and raingage chart to the Central Analytical Laboratory (CAL) for analysis. • Packaging and shipping of samples to the Central Analytical Laboratory according to NADP/NTN protocols at least once per week • Site and equipment maintenance as necessary Deliverables The operator shall submit all required documentation and site operations forms, sample collection forms, etc., to NADP and shall maintain an electronic log for maintenance, calibrations, etc. according to Full requirements for site operation are specified in the National Trends Network Site Operation Manual: http://nadp.sws.uiuc.edu/lib/manuals/opman.pdf Support is to be performed on Tuesdays to stay within NADP operating protocols for NTN sample collection. Otherwise no more than 12 hours per week shall be worked. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required system. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A contract will be issued in accordance with the simplified acquisition procedures authorized in FAR Part 13. This solicitation is a small business set aside. The associated FSC for this is B502 and the associated NAICS Code is 541990. Offers will be evaluated based on price, proven technical capabilities, and the factors set forth in paragraph (a). An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. All proposals are required to be received in the contracting office no later than 3:00 P.M. EST on Monday, July 16, 2011. Reference Request for Quotation (RFQ) Number NRMAC100-12-02814-GSB in your quotation. All quotes must be faxed or emailed to the attention of Gabrielle Berry. The fax number is (865) 576-7425 and email address is Gabrielle.Berry@noaa.gov. Any questions regarding this solicitation should be directed to Gabrielle Berry, Business Administrator, (865) 576-7425, Gabrielle.Berry@noaa.gov. Any technical questions should be directed to Richard Artz, Supervisory Physical Scientist, (301) 713-0295 x 103, Richard.Artz@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-12-02814-GXL/listing.html)
- Place of Performance
- Address: AIRMoN Site MD15-Smith Island, South edge of Ewell, MD, Ewell, Maryland, 21824, United States
- Zip Code: 21824
- Zip Code: 21824
- Record
- SN02796013-W 20120708/120706234729-3c01ef1f8b9870708633c2266a870c0d (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 |