SPECIAL NOTICE
R -- Long-term trends in cloudiness using ground-based and satellite data sources
- Notice Date
- 5/15/2014
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- NRMAC100-14-00969
- Archive Date
- 6/11/2014
- Point of Contact
- Barbara G Shifflett, Phone: 8655760061, Gabrielle Land, Phone: 865-576-7425
- E-Mail Address
-
barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, NOAA/Air Resources Laboratory, plans to negotiate on a sole source basis with I. M. Systems Group, 3206 Tower Oaks Boulevard, Suite 300, Rockville, MD 20852, to provide the services of their employee, Dr. Bomin Sun, in accordance with authority 41 of U.S. C. 253 c (1), to provide scientific and technical support for research on long-term trends in cloudiness using ground-based and satellite data sources. The primary goal of the research is the production and analysis of improved datasets of total cloud cover, low cloud, and other related variables. This work will require the processing and analysis of many large datasets and the expertise of individuals familiar with cloud data. In addition, the contractor must have a Ph.D. and at least five years of experience after the degree in the area covered by this Statement of Work. To facilitate this research, the contractor will obtain, process and analyze relevant datasets and participate in writing papers and other scientific communications describing the work, using the contractor's experience and expertise in working with cloud data. Tasks to be performed •Participate with other team members in further comparisons between satellite and ground-based cloud time series, using newly available satellite cloud products, and the preparation and revision of papers on this work. •Extend cloud data analysis to include low cloud amount at selected US stations. •Obtain, process and analyze other meteorological data from ground or satellite sources as needed to further the goals of the project. •Provide advice and assistance to other team members on processing and analysis of cloud and other data. •Contribute to writing of papers and preparation of scientific presentations on changes in cloud cover. •Communicate with potential collaborators and sources of data or information as needed to further the goals of the project. •Other duties as needed to accomplish the goals of the project. Deliverables •Brief monthly reports summarizing work done in the previous month. •Climate quality monthly mean time series of low cloud from selected US stations. Schedule Contractor is to work only one (8 hour) day per week, August 1, 2014 - July 31, 2015. The hours shall not exceed a total of 320. THIS IS A SPECIAL NOTICE FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, AND IN ACCORDANCE WITH THE SIMPLIFIED ACQUISITION PROCEDURES AUTHORIZED IN FAR PART 13. 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 Special Notice 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 is a small business set-aside. The FSC code for this action is R427. The NAICS code for this action is 541712. Size standard is not to exceed 500. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Contractors should go on-line at www.sam.gov. 52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1)The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM.gov) 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 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 5:00 P.M. EST on May 27, 2014. Reference Request for Quotation (RFQ) Number NRMAC100-14-00969 in your quotation. All proposals must be submitted via electronics means (e-mail) to Gabrielle.Land@noaa.gov and Barbara.Shifflett@noaa.gov or by fax to 865-576-1327. The anticipated award date is on or around June 5, 2014. Questions pertaining to this special notice must be submitted in writing to Barbara Shifflett, Contracting Officer, (865) 576-0061, Barbara.Shifflett@noaa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-14-00969/listing.html)
- Place of Performance
- Address: 5530 University Research Court, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN03367614-W 20140517/140515235236-5d947a3e2910ff6884366ab1e77d8397 (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 |