SOURCES SOUGHT
R -- ARPS & WRF Meteorological Modeling Comparison
- Notice Date
- 7/30/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- FA7022-12-T-0009
- Archive Date
- 8/7/2012
- Point of Contact
- Kim M. Pattan, Phone: 3214945452
- E-Mail Address
-
kim.pattan@patrick.af.mil
(kim.pattan@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought market survey announcement for information only, to be used for preliminary planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Government will not reimburse the costs of preparing responses to this request for information or any follow-up information requests. The Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA) have been tasked to solicit for and award a contract for the Air Force Technical Applications Center (AFTAC). In accordance with FAR Part 10, Market Research, AF ISR Agency/A7KR is seeking qualified sources capable of providing survey of advanced regional prediction system (ARPS) and weather research and forecast (WRF) model. In order to successfully perform the required services, the contractor must be able to demonstrate the capability to provide the following: - Compare and contrast data input requirements and file formats for fixed fields such as terrain, land use, vegetation, etc. and initial/boundary conditions - Compare and contrast standard output file formats as well as currently available data viewing and evaluation tools - Compare and contrast the use of ensemble Kalman filters (EnKF) for event reconstruction including types of meteorological data that can be assimilated using an EnKF - Compare and contrast reconstructing high-resolution (space and time) atmospheric environment in complex terrain (e.g., urban environment) - Compare and contrast the expected long term support for each model including the following topics: - Parties responsible for system maintenance/upgrades - Frequency of updates - Size of the user base - Existence of any user group(s) and/or meeting(s) - Length of time model support is likely to continue Should two or more capable small business concerns respond to this notice, this acquisition shall be set aside for small buinesses. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements (maximum of two pages, not including the cover page). Recent and relevant experience in all areas should be provided. The applicable North American Industry Classification System (NAICS) code and size standard are 541990/$14M. A firm-fixed-price (FFP) contract is anticipated for 8 weeks contract period. No technical or solicitation documents exists at this time. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black Collge or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Pilot Program, or a Large Business, based on the size standard above. All potential offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award (see https://www.bpn.gov/ccr/default.aspx) in accordance with FAR 52.204-7. It is the responsibility of all potential offerors to monitor the FedBizOpps site for release of any future synopsis or release of the solicitation. 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, 210-977-4504, facsimile 210-977-6414, email: 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, Associated 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. RESPONSES ARE DUE NO LATER THAN 6 Aug 2012. Offerors may submit the capabilities package electronically to Kim M. Pattan, Contracting Officer, kim.pattan@us.af.mil or via mail to AF ISR Agency/A7KRB, ATTN: Kim M. Pattan, 1030 South Highway A1A, Bldg 989, Patrick AFB FL 32925. NO PHONE CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/164eaf976c6ee15d1429d8d6a6a716bd)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02820024-W 20120801/120730235759-164eaf976c6ee15d1429d8d6a6a716bd (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 |