SOLICITATION NOTICE
58 -- Nexrad Tower Engineering Evaluation and Repair
- Notice Date
- 10/21/2010
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133W-11-RP-0418
- Point of Contact
- Levis D Knox, Phone: 206-526-4888, Judi M. Jzyk, Phone: (206) 526-6039
- E-Mail Address
-
levis.d.knox@noaa.gov, judi.m.jzyk@noaa.gov
(levis.d.knox@noaa.gov, judi.m.jzyk@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Oceanic Atmospheric Administration (NOAA), National Weather Service (NWS), Radar Operation Center (ROC) located in Norman, Oklahoma has a repair and maintenance requirement for the Next Generation Weather Radar (NEXRAD) Weather Surveillance Radar - 1988 Doppler Towers (WSR-88D). This includes tower inspection, engineering evaluation, structural repair or replacement, and restoration of galvanic coating, supplies, materials, and engineering data. The Government anticipates award of an Indefinite-Delivery, Indefinite-Quantity contract for a one (1) year base period and four (4) one-year option periods. The estimated maximum number of towers per year is ten (10). The NEXRAD program is a tri-agency joint effort of the Department of Commerce (DOC), the Department of Defense (DOD), and the Department of Transportation (DOT). The operational user agencies involved are: DOC NOAA NWS; DOD United States Air Force (USAF) and Naval Meteorological and Oceanography Command (NMOC); and, DOT Federal Aviation Administration (FAA). The NEXRAD program has deployed 158 operational and 3 non-operational (training, test, and repair) towers supporting the WSR-88D weather radar systems throughout the United States with isolated locations and various overseas locations in Alaska, Hawaii, Guam, Okinawa, Korea, Azores, and Puerto Rico. Under the IDIQ contract, firm-fixed price task orders will be issued to provide for initial WSR-88D tower inspection and engineering evaluations. Based on the results of these evaluations, the recommended analysis will provide for the WSR-88D tower repair and WSR-88D tower supplies and materials required for timely restoration of the inspected tower to its original condition. Restoration may include, but is not limited to, replacement of structural components, replacement of fasteners, repair/replacement of lighting protection systems components, corrosion removal, cleaning, painting, and repair/replacement of galvanic coatings and tower foundations. Although the Government does not require the use of OEM parts, the contractor must specify any proposed replacement components that are not OEM parts, and demonstrate to the Government's satisfaction that the substitute part is interchangeable and the same quality of the like OEM part. Finally, the work shall include the delivery of WSR-88D tower engineering data and engineering change proposals resulting from any modifications to the documented tower configuration. The Period of performance is for a one (1) year base period and four (4) one-year option periods. The place of performance is at various locations throughout the United States as well as some overseas locations. The North American Industry Classification Code (NAICS) is 811213 with a size standard of $7.0 million. A Request for Proposal (RFP) solicitation may be available on or about Nov 08, 2010 at http://www.fedbizopps.gov/. The ESTIMATED response due date is Dec 07, 2010; however, the actual date offers are due will be stated within the solicitation documents. Paper copies of this solicitation will not be issued. The proposed contract is 100% set-aside for small business concerns. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. All questions of any nature regarding this procurement are to be sent in writing to Contract Specialist, Levis Knox at Levis.D.Knox@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible, responsive sources may submit an offer which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133W-11-RP-0418/listing.html)
- Record
- SN02314634-W 20101023/101021234008-42fbbf45a502725b415689311c5ba8e0 (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 |