Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOURCES SOUGHT

N -- RFI - Deploy and Operate Incident Remote Automatic Weather Stations

Notice Date
11/27/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
BLM FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
 
ZIP Code
00000
 
Solicitation Number
L13PS00041
 
Response Due
12/18/2012
 
Archive Date
1/17/2013
 
Point of Contact
Kathleen M Colson
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION FOR PLANNING PURPOSES Disclaimer: This is a Request for Information (RFI) in accordance with FAR 52.215-3 --Request for Information or Solicitation for Planning Purposes (Oct 1997). The Government is conducting market research to identify, as potential sources, companies that may possess the expertise and capabilities to deploy and operate Incident Remote Automatic Weather Stations (IRAWS) for the Bureau of Land Management (BLM) as required for all-risk incident support, including wildland fire. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to the RFI. Respondents needing confidential treatment for any proprietary information they furnish must mark their responses accordingly to ensure proper handling. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. DESCRIPTION: 1.The Bureau of Land Management (BLM) is seeking commercial vendors who will deploy, operate, and support Incident Remote Automatic Weather Stations (IRAWS kit NFES #5869) in support of wildland fire Incident Management Teams (IMT). Details of the physical and operating characteristics of this equipment can be found in the National Wildland Fire Coordinating Group (NWCG) Fire Equipment Catalog PMS 449-1 (http://www.nwcg.gov/pms/pubs/catalog/general_info.pdf), as well as from the system manufacturer (http://www.ftsenvironmental.com/systems/portable_raws/). 2.IRAWS kits are available from the Great Basin Cache in Boise, Idaho, to support wildland fire incident management. They are ordered through standard resource request procedures for use by Incident Management Teams, usually under the direct control of the assigned Incident Meteorologist (IMET). 3.The vendor will pick up the assigned IRAWS equipment at Boise for subsequent transportation to the incident location, or meet the equipment en route as it is shipped by commercial means. Details will be coordinated and communicated by the RAWS dispatcher. The vendor will be expected to deploy and erect the IRAWS equipment to sites as directed by the IMET (or other designated official). This task will require suitable land transportation, usually 4-wheel drive vehicle and/or ATV as appropriate, vendor provided. Occasionally, IRAWS deployment by helicopter is required. The vendor must therefore be appropriately trained and qualified to travel by Government provided helicopter as an authorized passenger to conduct these deployments and retrievals, as necessary. Details on personnel training and qualification for this task can be found at Interagency Aviation Training Module Code B3, Title "Combination Helicopter/Airplane Safety", (https://www.iat.gov/Training/moddesc.asp). 4.The vendor will remain on site at the incident location until demobilized by appropriate authority. The vendor will be responsible to move and redeploy the IRAWS equipment as directed, and retrieve and return the equipment to the Great Basin Cache in Boise, Idaho, upon incident demobilization. The vendor will be responsible for all IRAWS service and repairs necessary onsite to ensure proper system operation, the Government shall provide any necessary repair parts. 5.The vendor will be granted access to the Wildland Fire Management Information (WFMI) weather on-line application in order to verify IRAWS system performance is in accordance with National Fire Danger Rating Standards (NFDRS). The vendor will also coordinate with the RAWS Help Desk for system tracking, troubleshooting, and technical assistance as necessary. A post deployment trip report will be entered in the WFMI-weather application for each IRAWS deployed. All onsite service will be performed in accordance with NFDRS standards, which can be found at http://raws.fam.nwcg.gov/nfdrs/WeatherStationStandards.pdf. 6.While assigned to the incident, the vendor will be expected to comply with all applicable personnel requirements to participate as technical support within an Incident Support Organization. Details of this organization are available in the National Interagency Mobilization Guide, Chapter 30 (http://www.nifc.gov/nicc/mobguide/index.html). Further details on personnel training and qualification requirements for incident participation can be found at the National Interagency Incident Management System (NIIMS) Wildland Fire Qualification System Guide, PMS 310-1 (http://www.nwcg.gov/pms/docs/pms310-1.pdf). 7.Lodging and meals may be available at incident locations, lodging and meals not provided and all other en route lodging and per diem expenses may be claimed at applicable federal rates for compensation. 8.A final summary report detailing all deployment activity including durations, locations, redeployments and significant details will be submitted annually. SUBMISSION REQUIREMENTS: In response to this RFI, please provide the following information: 1.Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: Company Name; address; Point of Contact; Phone Number; E-mail Address; Web Page URL; whether your company is a small business based upon average annual receipts for the past three years does not exceed $14 million for the North American Industry Classification System (NAICS) Code of 541990 - All other Professional, Scientific, and Technical Services; whether your company is Woman Owned Business, a Small Disadvantaged Business, an 8(a) Certified Business, a HUBZone Certified Business, Veteran Owned Small Business, or a Small Service Disabled Veteran Owned Business; whether your company maintains a current System for Award Management (SAM) registration. 2.Capabilities: a)Describe your cost-effective approach to provide IRAWS incident support. b)Describe your company's technical competencies and experience in developing, deploying, and supporting technical services, especially with the US Federal Government. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). c)Describe your specific experiences with supporting wildland fire incident management teams. d)Describe your specific experiences and capabilities with Remote Automatic Weather Stations (RAWS). Provide a description of your capability to support this type of equipment or equivalent technical systems. e)Include any other relevant topics, concerns, and information. 3.Provide general pricing information related to these services. 4.Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Please limit responses to no more than 20 pages, and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. 5.Interested parties should submit their information on or before December 18, 2012 prior to 2:30 pm MST. Responses can be submitted via e-mail to kcolson@blm.gov or via mail to the Bureau of Land Management, National Interagency Fire Center, Attn: Kathy Colson, 3833 South Development Avenue, Boise, ID 83705-5354. Please reference RFI #L13PS00041.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L13PS00041/listing.html)
 
Record
SN02937452-W 20121129/121127234222-8cbeac6fd9467e6375f6391aafd79a7d (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.