Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
SOLICITATION NOTICE

R -- Mentoring/Advising Research Project

Notice Date
2/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
 
ZIP Code
73072
 
Solicitation Number
NRMAG000-12-01976DG
 
Archive Date
3/14/2012
 
Point of Contact
Dena Grose, Phone: 405.325.6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-12-01976DG (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) This procurement will be set aside for small business. The associated NAICS code is 611699. The small business size standard is $7 million. (V) This combined solicitation/synopsis is for purchase of the following commercial service: Project overview: Two dynamic models of convection will be examined in the context of dynamic data assimilation using FSM - one a simplified convection model that describes the thermohaline circulation in fluids that exhibit buoyancy in the presence of fluids of differing turbulent transport of heat and constituents, and the other a more-realistic model of circulation about the "dryline", a synoptic/mesoscale feature that oft-times accompanies thunderstorm development in the Southwest. The numerical experiments with these models will be executed by two graduate students with background and interest in applied mathematics and dynamic data assimilation applied to meteorology utilizing the Forward Sensitivity Method (FSM). Selected individual will help design the experiments and serve as the expert consultant to students for the programming and mathematical solution to these problems. Significant support for the project will also come from the other principal investigators: Robert Rabin and John Lewis, research meteorologists for the National Severe Storms Laboratory. However, the principal support for FSM will come from the selected individual. Duties follow: 1. Experiment Design (developed prior to the arrival to graduate students in June 2012) May 1 - May 31 (2 hours per week for 4 weeks): 8 hours 2. Education/Lecturing to the graduate students regarding FSM June 1, 2012 - Sept 1, 2012 (3 hours per week for 10 weeks): 30 hours 3. Establish research plan for publication of research August 1 - September 1: 10 hours 4. Guidance on the programming and execution of FSM in the context of the two convection models: 30 hours (10 hours per month June 1 - September 1) 5. Completion of research following graduate students return to university: 20 hours (September 1 - November 1). (VI) Proposed individual must be proficient in the Forward Sensitivity Method (FSM) of dynamic data assimilation that is central to this project. The individual must also be able to exhibit innovation with the FSM in the new context of convective dynamics. That is, FSM has yet to be applied to these dynamical constraints and the expert must be able to exhibit original thinking in addition to familiarity with FSM. (VII) Place of performance is the National Severe Storms Laboratory, 120 David L Boren Blvd., Norman, OK 73072. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm/individual offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor/Individual whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical capability, 2) Past Experience, and (3) Price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XVI) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 P.M. CDT on February 28, 2012. All quotes with curriculum vitae must be emailed or faxed to the attention of Dena Grose. The email address is Dena.Grose@noaa.gov and fax number is (405) 325-1889. (XVII) Any questions regarding this solicitation should be directed to Dena Grose, (405) 325-6513, Dena.Grose@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6eaafde46a3f34affd49926089958b4b)
 
Place of Performance
Address: National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN02676349-W 20120217/120215235000-6eaafde46a3f34affd49926089958b4b (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.