Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2006 FBO #1724
SOLICITATION NOTICE

B -- Crustal Motion Model

Notice Date
8/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DG133C06RQ0830
 
Response Due
8/31/2006
 
Archive Date
9/15/2006
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12, and Subpart 13.5, as supplemented with additional information included in this notice. This announcement, DG133C06RQ0830, constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Ocean Service (NOS), National Geodetic Survey requires the services of a contractor to develop an analytical model for horizontal crustal motion in the western conterminous United States with emphasis on the States of California, Oregon, Washington, Arizona, Nevada, Utah and Idaho. The contractor shall develop a Fortran77 subroutine that will apply the model to predict horizontal crustal velocities as a function of latitude and longitude in this region. The Government contemplates issuing a firm fixed price purchase order with an estimated total value of thirty five thousand dollars over a period of approximately twelve (12) months from date of award. Funding is contingent on availability. The award will be made on a best value basis. Evaluation factors are: 1) Approach - management and technical demonstrating offeror?s understanding of the requirement and proposed methodology 2) Quality of Personnel - education ? Ph.D; knowledge of Fortran77 - experience 3) Past Performance - relevant experience with NOAA and similar work - quality of experience; and 4) Price - price each activity - include labor categories and rates per hour The purchase order will include provisions and clauses in effect at time of award. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation ? Commercial Items. The Government may award a purchase order to the responsible offeror whose offer conforming to the solicitation/statement of work will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of Offeror Representations and Certifications, FAR 52.212-3, along with the offer. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era; 52.222-36, Affirmative Action for Workers with Disabilities; 52-222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form) and CAR 1352.239-73- Security Requirements ? Information Technology Resources. Interested contractors are invited to review the attached Statement of Work entitled ?Crustal Motion Model,? dated 8/14/2006. Offerors must submit a complete response and should submit a quote which includes: 1) a narrative of no more than 10 pages describing how it intends to meet the requirement and describing how the work will be performed and managed, 2) firm fixed prices for each of the activities described in the statement of work and 3) information regarding work performed on similar contracts (no less than 3), including name and address of client, contract number and amount, description of work, dates of performance and contact name and phone number. An original and four copies shall be submitted as well as the electronic version in MS Word. A one page letter shall cover the response signed by an individual authorized to commit the firm. Quotes shall be submitted to be received no later than 3:00 P.M., August 31, 2006 to: Robert M. McNamara, U.S. Department of Commerce, National Oceanic and Atmospheric Administration, SSMC 4, OFA65, Station 7167, 1305 East-West Highway, Silver Spring, MD 20910 and Robert.McNamara@noaa.gov. . STATEMENT OF WORK CRUSTAL MOTION MODEL August 14, 2006 SCOPE OF WORK ? A Contractor is needed to develop an analytical model representing horizontal crustal motion in the western conterminous United States, with emphasis on the States of California, Oregon, Washington, Arizona, Nevada, Utah, and Idaho. BACKGROUND ? Congress has mandated that NOAA?s National Geodetic Survey (NGS) establish and maintain the U.S. National Spatial Reference System (Coast and Geodetic Survey Act, Public Law 80-373, Title 22 U.S. Code 883a, 1947; The Hydrographic Services Improvement Act of 1998, Public Law 107-372 reauthorized December 19, 2002). This responsibility requires NGS to provide appropriate information as to how the positional coordinates of a point on the Earth?s surface may vary as a function of time, for locations within the United States. Hence, NGS needs an analytical model for predicting crustal motion, especially in the tectonically active western States. ACTIVITIES : The Contractor shall: Develop an analytical model for horizontal crustal motion in the western conterminous United States. Construct this model using constraints obtained from existing geodetic, geological, paleoseismological, and historic earthquake data, as well as other geodynamic considerations. NOAA shall provide the Contractor with the set of velocity vectors currently being compiled under separate work. The Contractor shall also use relevant velocity vectors that are available via EarthScope?s Plate Boundary Observatory. Parameterize the model in terms of fault slip rates, rigid block motions, velocity gradient tensor components, and/or other such kinematic deformation parameters as necessary in order to satisfy all available information. Encode the model as a Fortran77 subroutine, which will generate predicted horizontal velocities (referred to a reference frame in which the interior of the North American tectonic plate is stable) as a function of geodetic latitude and longitude throughout the western conterminous United States. Document the applied analysis procedure and the resulting Fortran77 subroutine. Assist NGS personnel to incorporate the Fortran subroutine into the Horizontal-Time Dependent-Positioning (HTDP) software. DELIVERABLES ? The Contractor shall provide to NOAA the following deliverables: Quarterly reports stating deliverables completed, problems and unusual circumstances encountered, percent completion on other deliverables, and percent completed on the entire contract. Maps and tables presenting residuals between the velocity vectors derived directly from the geophysical observations and the velocity vectors derived from the constructed model. Within 9 months after the contract has been in effect, a prototype version of a Fortran77 subroutine that generates the horizontal velocity of any point in the western conterminous United States, when provided the geodetic latitude and longitude of that point on input. Within 11 months after the contract has been in effect, the final version of this Fortran77 subroutine, together with an ASCII file documenting this subroutine. Within 12 months after the contract has been in effect, the final report that includes a description of the geophysical data and the procedures used to develop the analytical model that has been encoded into the resulting Fortran77 subroutine. PERIOD OF PERFORMANCE ? 12 months, beginning in September 2006. TRAVEL REQUIREMENTS ? Travel will be at the discretion of the COTR. The contractor is authorized a travel allowance for travel, lodging, meals, and incidental expenses in accordance with chapter 301-11 of the Federal Travel Regulations. The maximum allowable per diem rates for travel within the continental United States are published in Appendix A of Chapter 301. Current travel rates were effective October 1, 2005. Lodging tax is reimbursable as a separate expense from lodging and may be claimed as a miscellaneous expense. Reimbursement costs for business phone calls may also be claimed as miscellaneous expenses. PLACE OF PERFORMANCE ? Contractor personnel assigned to this task shall perform all work at the contractor?s primary location, except when on assigned travel.
 
Record
SN01114088-W 20060816/060814220241 (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.