Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1305M321QNRMA0054
SYNOPSIS: The Office of Atmospheric Research (OAR) requirement is hereby synopsized in accordance with FAR 5.207 Preparation and Transmittal of Synopses: Solicitation #: 1305M321QNRMA0054 (1) Action C...
SYNOPSIS: The Office of Atmospheric Research (OAR) requirement is hereby synopsized in accordance with FAR 5.207 Preparation and Transmittal of Synopses: Solicitation #: 1305M321QNRMA0054 (1) Action Code: N/A (2) Date: 17 June (3) Year: 2021 (4) Contracting Office ZIP Code: 80305 (5) Product or Service Code: F999 (6) Contracting Office Address: 325 Broadway, DSRC, Boulder, CO 80305 (7) Subject: Light Aircraft Research Flight Services (8) Proposed Solicitation Number: 1305M321QNRMA0054 (9) Closing Response Date: Please reference the solicitation for more information. (10) Contact Point or Contracting Officer: Contract Specialist: Jeremy Morris Email: Jeremy.Morris@noaa.gov Contracting Officer: Darrin Moore Email: Darrin.Moore@noaa.gov (11) Contract Award and Solicitation Number: Solicitation Number: 1305M321QNRMA0054 Contract Number: To be determined at time of award. (12) Contract Award Dollar Amount: To be determined at award. (13) Contract Line Item Number: Please reference the solicitation for more information. (14) Contract Award Date: To be determined at award. (15) Contractor: To be determined at award. (16) Description: A candidate contractor must have an aircraft that has the capability to respond to the U. S. Department of Commerce, Boulder location for joint work with the ground-based laboratory and measurement sites. Response time may be within 2-3 hours for the required service. A candidate aircraft must be able to be temporarily redeployed within the CONUS in response to accidental releases or rapid evaluation of emissions from distributed point sources. The candidate aircraft must be instrumented for meteorological data (at a minimum, vector winds, ambient temperature, and ambient pressure, all measured once per second with uncertainties equal to or better than ± 1 m s-1, ±1 K, and ± 10 mb), aircraft position and attitude, and for 1-second or faster measurements of atmospheric carbon dioxide (CO2), methane (CH4). Total uncertainties on these 1-second data must equal to or better than ± 0.4 ppm and 100 ppt, respectively. This specification will require uncontaminated inlet that allows flow rates between 0.05 and 4 L/min. These data must be provided electronically in quick-look form within 24 hours of each flight for prompt evaluation. Upon consultation, the candidate aircraft must be equipped with un-inlets and space for CSL/GML-provided flight-ready chemical measurement and sampling instrumentation, subject to aircraft space, weight, power, and safety-of-flight constraints. The Government anticipates award of a Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The procurement is anticipated to be a Total Small Business Set Aside in accordance with the associated North American Industrial Classification System (NAICS) code 541990 – All Other Professional, Scientific, and Technical Services, with a corresponding size standard of $16.5M. Contract Period of Performance (POP) will include a one (1) year base period with four (4) one (1) year option periods. FAR Parts 12 and 13 are expected to be used for this requirement. (17) Place of Contract Performance: Boulder, CO (18) Set-aside Status: The Government intends this procurement to be a total small business set-aside.