Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2021 SAM #7031
SOLICITATION NOTICE

F -- HYSPLIT Research Flights

Notice Date
2/26/2021 6:36:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NR-MAC200-21-00373
 
Response Due
3/5/2021 5:00:00 AM
 
Archive Date
03/20/2021
 
Point of Contact
Barbara Shifflett, Phone: 8654054493, Gabrielle Land, Phone: 865-384-0327
 
E-Mail Address
barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.�� The U.S. Department of Commerce, NOAA/ARL NOAA�s Air Resources Laboratory (ARL) requires a vendor to conduct scientific research flights in the Baltimore-Washington Metropolitan, Winston-Salem, NC, and New York City/Long Island Sound regions in 2021 and 2022 to measure concentrations of short- and long-lived trace pollutants in the atmosphere, with the specific aim of evaluating the performance of meteorological models in predicting transport and dispersion in the planetary boundary layer (PBL) and in simulating atmospheric chemistry. The required research flights will be used to evaluate the Hybrid Single-Particle Lagrangian Integrated Trajectory (HYSPLIT) model that has been developed and improved by NOAA/ARL. Background� The HYSPLIT model is a complete system for computing simple air parcel trajectories, as well as complex transport, dispersion, chemical transformation, and deposition simulations. HYSPLIT is one of the most extensively used atmospheric transport and dispersion models in the atmospheric sciences community. Parameters used in the HYSPLIT model need to be evaluated based on atmospheric observations to improve the accuracy of the model results. Tasks to be performed or required items NOAA�s Air Resources Laboratory (ARL) requires a vendor to conduct scientific research flights in the Baltimore-Washington Metropolitan, Winston-Salem, NC, and New York City/Long Island Sound regions in 2021 and 2022 to measure concentrations of short- and long-lived trace pollutants in the atmosphere, with the specific aim of evaluating the performance of meteorological models in predicting transport and dispersion in the planetary boundary layer (PBL) and in simulating atmospheric chemistry. The required research flights will be used to evaluate the Hybrid Single-Particle Lagrangian Integrated Trajectory (HYSPLIT) model that has been developed and improved by NOAA/ARL. In addition, research flights will be conducted during the AEROMMA field campaign in summer 2022 in collaboration with NOAA�s Chemical Sciences Laboratory (CSL) and University of Maryland College Park (UMCP) to evaluate and improve the HYSPLIT dispersion model, especially for the application of the model in the PBL. As a result, a number of chemical and meteorological parameters from the aircraft must be measured and recorded. Trace gas and aerosol detectors will be provided by University of Maryland and/or ARL, as well instrument racks to securely house the instruments. The successful vendor must be capable of supplying an aircraft with a minimum instrument payload of approximately 500 pounds, an effective range of approximately 600 nm, and an endurance of approximately 3-4 hours, with one pilot provided by the vendor and one UMD scientist aboard. The vendor must measure and report all relevant wind, meteorological, and aircraft attitude (roll, pitch, yaw, altitude, true airspeed, ground speed, position) parameters. Position, attitude, and velocity measurements should be made with differential GPS techniques. ARL staff will be responsible for integrating the instrument payload into the aircraft, with technical and engineering support from the vendor, as needed. To the extent practicable, all measurements should be calibrated with NIST-traceable instruments and techniques. Most significantly, the successful vendor must supply an inlet system, certified by the Federal Aviation Administration, to direct ambient air to the chemical measurement systems via manifold tubing, or similar. The preferred location of this inlet is� well ahead of the nose of the aircraft, to allow the sampling of air parcels uninfluenced by turbulence or aircraft engine exhaust. Deliverables The vendor will conduct approximately 11 research flights (~4 hours each flight, totaling 44 flight hours), including about five flights to New York City, during the remainder of calendar year 2021 and 2022. The flight crew will help ARL scientists to collect meteorological and chemical data during those flights to evaluate the HYSPLIT model and will deliver to ARL and UMCP data sets containing all measured platform parameters (meteorology, winds, 3-dimensional aircraft position and attitude, carbon monoxide, carbon dioxide, methane, nitrogen oxides, and volatile organic compounds). Period of performance: April 1, 2021 to December 31, 2022. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within five days after the date of publication of this synopsis will be considered by the Government.� Evidence must be provided of the ability to provide the required service.� The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� A contract will be issued in accordance with the simplified acquisition procedures authorized.� The associated NAICS Code is 541715.�� Offers will be evaluated based on price, proven technical capabilities, and the factors set forth above.� An award will be made to the entity who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis.� This will be a firm fixed-price purchase order, with payment terms of Net 30. No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM.gov)� All proposals are required to be received in the contracting office no later than 8:00 am, EST, on Friday, March 5, 2021.� Reference Request for Quotation (RFQ) Number NR-MAC200-21-00373 in your quotation.� All proposals must be submitted via electronics means (e-mail) to Barbara.Shifflett@noaa.gov.� The anticipated award date is on or around March 8, 2021.� Questions pertaining to this special notice must be submitted in writing to Barbara Shifflett, Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2fb08e7f0fd34346af7f5e89b97e9bc6/view)
 
Place of Performance
Address: Silver Spring, MD 20901, USA
Zip Code: 20901
Country: USA
 
Record
SN05928064-F 20210228/210226230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.