Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS

A -- US ARMY KWAJALEIN ATOLL/KWAJALEIN MISSILE RANGE/(USAKA/KMR) METEOROLOGICAL SUPPORT SERVICES (MSS)

Notice Date
June 7, 2001
Contracting Office
U.S. Army Space & Missile Defense Command, Attn: SMDC-CM, 106 Wynn Drive, Huntsville, AL 35805-1990
ZIP Code
35805-1990
Solicitation Number
N/A
Point of Contact
Carmen Correa, Contract Specialist, 256-955-1605
Description
The U.S. Army Kwajalein Atoll/Kwajalein Missile Range (USAKA/KMR) is seeking industry capabilities for Meteorological Support Services (MSS). USAKA/KMR is located in the Republic of the Marshall Islands (RMI) approximately 2,100 miles west-southwest of the Hawaiian Islands and west of the international dateline. USAKA/KMR is home for 2500 U.S. Government civilian, military and contractor personnel who perform various roles in support of the missions of USAKA/KMR. USAKA/KMR provides substandard unaccompanied housing and limited family housing, limited dental and medical facilities, schools (pre-school -- 12), dining facilities, department and grocery stores with limited choices, recreational activities and most of the amenities of a small town of comparable size. Primary mode of transportation is by bicycle with no privately owned motor vehicles allowed. The MSS contractor is required to support KMR operational missions by collecting, processing and interpreting meteorological data; providing specialized weather forecasts; and providing meteorological consultation services. MSS effort includes operation and maintenance of meteorological equipment and instrumentation; systems engineering and integration; and improvement and modernization. The required MSS effort is provided near the Inter-tropical Convergence Zone (ITCZ), in an extremely corrosive marine environment (i.e., salt spray and periods of heavy rainfall). The contractor may be required to provide MSS on a campaign basis at remote locations outside Kwajalein Atoll, such as Wake Island and Aur Atoll in the RMI, as necessary to support KMR customer requirements. The contractor is expected to operate the following equipment: Surface Observation Systems: A 3-cup rotor anemometer and spread-tail wind direction vane to perform wind measurements; H1063 Hygrothermometer to measure temperature, humidity, and relative humidity; Visala model PA-11 digital barometer for surface pressure measurements; rain gauges to measure precipitation; Ceilometer to measure cloud base heights up to 12,000 ft.; Handar Automatic Weather Observing Systems with loggers and modems augmented by cloud height and visibility sensors; rain gauge arrays with loggers; Joss Distrometer for drop size measurements and analysis; NOAA Tide Gauge; and NOAA radiation sensor array. Upper Air Systems and Equipment: MSS fixed Radiotheodolites and GMD-5000 portable Radiotheodolite utilizing 1680 transponding radiosondes and an array of meteorological rockets and payloads; Portable A.I.R. Radiotheodolite utilizing 1680 transponding radiosondes; PWN 10D, 11D, and 12A met rocket payloads launched with Super Loki or Viper motors and supported by MPS-36 tracking radars to obtain very high altitude data; and Optical Pilot Balloon (PIBAL) observations to obtain low level wind data. Remote Sensing: KPOL, Dual Polarized, DWSR-93 Doppler S-Band Radar for numerous direct and indirect measurements of weather, wind, and other atmospheric phenomena; Portable C-Band Doppler weather radar; a Lightning Detection System manufactured by LLP, Inc. consisting of four Advanced lightning direction sensors and an advanced position analysis operation; direct readout from GMS geo-stationary satellite; NOAA and DMSP polar orbiting satellites; and CO2 slicing of POES to detect High Altitude Cirrus. Forecaster Data and Support: Numerous national and international meteorological data circuits; network array of SGI Unix-based workstations handling Navy and NWS Numerical, Weather Prediction data sets and models; and real time consultation with other Pacific-region forecasters' operations. Additionally, the contractor is expected to provide the normal duties of a weather forecast office and meteorological observatory to include issuing routine public service, aviation, and marine forecasts and disseminating weather warnings and advisories, as required. A SECRET facility clearance will be required for this effort. It is anticipated that foreign participation will not be allowed at the prime or subcontractor level. This effort is anticipated to be set aside for small business. Interested parties are requested to submit to the contract specialist a capability statement that includes: 1) name of firm, type of firm (small business, small disadvantaged business or woman-owned small business or Service-Disabled, Veteran-Owned Small Business) mailing address, e-mail address, telephone number, facsimile number, point of contact; 2) statement of experience/qualifications including description of projects completed similar to the work outlined above. The North American Industrial Classification Systems (NAICS) is 541710 with a small business size standard of 1,000 employees. Responses shall indicate the size of the firm under NAICS code assigned for this effort. E-mail response is acceptable and should be submitted to Mrs. Carmen Correa, e-mail: carmen.correa@smdc.army.mil, within 15 days after publication of this notice. The address for any written inquires/responses is U.S. Army Space and Missile Defense Command, ATTN: SMDC-CM-CN/Carmen Correa, PO Box 1500, Huntsville, AL 35807-3801. This Sources Sought is for information and planning only and is not to be construed as commitment by the Government, nor will the Government pay for information submitted. The incumbent contractor is Aeromet, Incorporated, P.O. Box 701767, Tulsa, OK 74170-1767 No telephone inquiries will be accepted. See Note 25
Record
Loren Data Corp. 20010611/ASOL015.HTM (W-158 SN50O2O8)

A - Research and Development Index  |  Issue Index |
Created on June 7, 2001 by Loren Data Corp. -- info@ld.com