Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
MODIFICATION

B -- NOAA WP-3D Analysis of Alternatives (AoA)

Notice Date
7/29/2014
 
Notice Type
Modification/Amendment
 
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), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-14-01324
 
Archive Date
8/29/2014
 
Point of Contact
MICHAEL DOLLY, Phone: 816-426-7471
 
E-Mail Address
michael.s.dolly@noaa.gov
(michael.s.dolly@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
FBO SOURCES SOUGHT NOTICE General Information: Document Type:Sources Sought Notice Solicitation Number:NMAN6000-14-01324 Posted Date:July 29, 2014 Original Response Date:August 14, 2014 Current Response Date:August 14, 2014 NAICS Code:541712 - Research and Development in the Physical, Engineering, and Life Sciences (Aircraft) Small Business Size Standard:1,500 employees Contracting Office Address: U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division-Kansas City Office, 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), Aircraft Operations Center (AOC), MacDill AFB, Florida, operates two WP-3D Orion aircraft in support of NOAA and national research. The priority missions of these aircraft are hurricane research and surveillance during the hurricane season as well as national priority atmospheric research support the remainder of the year. These two aircraft, N42RF and N43RF, will be undergoing a Service Life Extension (SLE) program to extend their operational service lives out until 2030. It is the goal of OMAO to have a replacement platform operational by 01 January 2028 to conduct a smooth transition to the next generation NOAA Weather Research platform. The goals of the AoA study for the replacement of the NOAA WP-3D aircraft are listed below. All requirements, missions and references are in regard to those that are currently performed by the NOAA WP-3D aircraft (not NOAA light aircraft). Emphasis is on tropical cyclone data but the study should address the full range of possible NOAA missions (OAR Hurricane, OAR Air Chemistry, OAR Climate, NWS Research and NESDIS Research) suitable for a heavy aircraft type platform that would be conducted by an airborne platform similar to the current WP-3D. The contractor is allowed to use internal procedures and processes as necessary, but must follow the guidelines under NOAA Administrative Order (NAO) 208-3 and 216-108. Contractor shall also follow best practices in regards to conducting a formal Analysis of Alternatives. NOAA recommends the U.S. Air Force Office of Aerospace Studies AoA Handbook (July 2008) as a guide. 1.Conduct a study with input from NOAA Line Offices to determine priority of NOAA mission and data requirements that are currently covered by the NOAA WP-3D or would be covered in the future by a suitable replacement/replacements. Access to informal AoA conducted by the NOAA Aircraft Operations Center (AOC) in 2012 as well as the latest data and reports from the NOAA Technology, Planning and Integration for Observation (TPIO) group will be given. 2.Conduct a focused workshop with expert scientists from the research and operational tropical cyclone community to determine the physical processes, atmospheric variables and oceanic variables that need to be observed to improve hurricane forecasts. 3.Conduct a comprehensive review of current and past NOAA operational procedures, airborne platforms and instruments that are or would have been the responsibility of a WP-3D type asset. 4.Conduct a historical review of how heavy aircraft observations were incorporated into the tropical cyclone forecast process and identify trends. 5.Conduct an assessment of current and future needs for in situ and remotely sensed airborne observations to improve the understanding and prediction of tropical cyclones. 6.Conduct an assessment of current and future needs for in situ and remotely sensed airborne observations to achieve NOAA mission and data requirements. 7.Evaluate current and future developments in sensors and sensor platforms, to include, but not limited to Airborne Doppler Radar, Cloud Radars, LIDARs that may be available to achieve NOAA mission and data requirements. 8.Evaluate next generation of expendables, to include, but not limited to dropwindsondes, BT buoys, CTD buoys, AXBT buoys and small unmanned aerial vehicles (UAV) that may be available to achieve NOAA mission and data requirements. 9.Evaluate current and future developments in data collection sensed at and near airborne platform flight levels, to include, but not limited to atmospheric state parameters, 3D winds, temperature profiles, cloud measurements, aerosol parameters, etc. that may be required to achieve NOAA mission and data requirements. 10.Assess sensors, instrumentation packages and airborne platforms that meet specific requirements of tropical cyclone observations for specific phases (genesis, development, intensification, decay). 11.Assess sensors, instrumentation packages and airborne platforms that meet overall requirements of tropical cyclone observations. 12.Assess sensors, instrumentation packages and airborne platforms that may meet future NOAA mission and data requirements. 13.Assess the R&D efforts required to bring identified sensors, instruments and expendables identified to operational status by 2028. 14.Identify future optimal instrumentation suites and airborne platforms needed to improve the understanding and forecasting of tropical cyclones. 15.Identify future optimal instrumentation suites and airborne platforms needed to meet NOAA mission and data requirements. 16.Perform Life Cycle Cost studies to determine LCC for identified airborne platforms. 17.Determine ROM estimates for all identified instrumentation suites, sensor packages and overall platform solutions. 18.Conduct economic simulation studies to determine Cost Benefit Analysis (CBA) of identified platform solutions. Please provide the following business information for your company and for any teaming or joint venture partners: •Company Name/Address •CAGE Code •DUNS Number •Point of Contact •Phone/Fax Number •Email Address •Web page URL •Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8(a) Concern, Minority-Owned Business) Size relative to NAICS Code 541712 - Life sciences research and development or services (Small Business Size Standard 1,500 employees or less) •U.S. or Foreign Owned Entity •Indicate whether your interest in this is as a prime contractor or as a subcontractor. Capability statement packages must provide the following information: •Must provide evidence of having the ability to conduct a formal Analysis of Alternatives study for the NOAA WP-3D follow-on platform. •Demonstrated expertise in various disciplines (Finance, Logistics, Supply, Engineering, Research and Development, Program Management) necessary to conduct a formal Analysis of Alternatives study for scientific airborne instruments and sensors as well as a heavy airborne research platform. •Past performance. References from contracts of a similar scope that shows evidence of offeror's ability to accomplish the required work. Include the following information for each reference: oCompany name oAddress oContact person's name, phone number and email address oDescription of work performed oDollar amount All business information and capability statement packages are required to be submitted by 10:00 AM Central Time on August 14, 2014. Packages should be sent electronically in a format compatible with Adobe Reader to Michael Dolly via email at michael.s.dolly@noaa.gov. Oral communications are not acceptable in response to this notice. Capability statement packages will be evaluated solely for the purpose of determining the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. DOC, Eastern Acquisition Division-Kansas City Office requires that all contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://www.sam.gov. In order to register, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-14-01324/listing.html)
 
Record
SN03441949-W 20140731/140729235511-387d02cac792eab428557e76b1592dda (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.