Optical and Scene Monitoring Network Services IDIQ
The National Park Service (NPS), Washington Contracting Office (WCO), in support of the Air Resources Division (ARD) within the Natural Resource Stewardship and Science Directorate (NRSS), announces i... The National Park Service (NPS), Washington Contracting Office (WCO), in support of the Air Resources Division (ARD) within the Natural Resource Stewardship and Science Directorate (NRSS), announces its intention to procure on a competitive basis, an Indefinite Delivery Indefinite Quantity (IDIQ) contract for services to operate and maintain the Optical and Scene Monitoring Networks in NPS. Program Background A. Visitor enjoyment of the national parks is often synonymous with the opportunity to clearly view the spectacular scenery. Visibility can be impaired when particles and gases in the atmosphere, resulting from both natural and human-made sources, scatter and absorb light. The NPS measures aspects of visibility through: • Optical scattering measurements using open air nephelometers. • Scene Monitoring through digital photographs. • Speciated particle measurements through the Interagency Monitoring of Protect Visual Environments (IMPROVE) Program (through a separate contract). The current NPS networks include 11 optical (open air nephelometers) and 20 scene (webcam) monitors. All optical and scene monitors are covered in this solicitation. Webcam images are displayed along with current air quality data collected using the nephelometers from this contract, as well as air quality data collected from other networks. The purpose of this contract is to: (1) Assist the NPS in deploying, operating, maintaining, and, when required, reconfiguring the Optical and Scene Monitoring Networks; and (2) Reduce, validate, and report the data collected. The Government anticipates task orders related to operation of the optical and scene monitoring networks in addition to task orders related to equipment maintenance/replacement, installing/decommissioning/altering field sites, data analysis and modeling and ad hoc air monitoring studies. Set-Aside: B. TBD. Results from this Sources Sought notification will assist the Government in determining whether some or all of the scope of work can be performed by a small business entity. Contract Type: C. The Government anticipates that this single award IDIQ contract will allow firm fixed price, labor hour, and time and material type orders. Task orders are anticipated to be primarily of the firm fixed price type. North American Industry Classification System Codes (NAICS): D. The NAICS code for this acquisition is 541990 "All Other Professional, Scientific, and Technical Services". The Small Business Size Standard for this NAICS code is $15.0 million. Estimated Period of Performance: E. The anticipated Period of Performance will include a one base year and four one year option periods, for a total ordering period potential of five years from contract award. Estimated Ceiling and Order Price F. The estimated IDIQ minimum is $50,000 and the maximum is $5,000,000 over the potential five year ordering period. It is anticipated that the maximum order amount that the contractor will not be obligated to honor is $1,000,000. SOURCES SOUGHT SUBMITTAL INFORMATION G. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than ten (10) pages in length exclusive of cover and table of content pages, single spaced, and 12-point font minimum). The capabilities statement package shall address, at a minimum, the following items related to the services required: • Prior/current corporate experience performing efforts of similar size and scope for the operation and maintenance of a geographically dispersed air monitoring network within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, and a brief description of how the referenced contract relates to the services described. • Demonstrate a comprehensive understanding of and experience with conducting and reporting the range of research and analysis that may be required under this IDIQ. • Demonstrate the ability to provide qualified management and personnel that have the requisite education and experience for the required tasks. Expertise of qualified personnel shall be directly related to instrumentation development, light scattering, data analysis techniques, visual and air quality modeling, website development and project management. All capabilities statement packages shall also address the following: • Company profile to include number of employees, annual revenue history, DUNS Number, socioeconomic status and a statement regarding current size status. Responses to this Source Sought announcement shall be submitted in electronic format only. Electronic submittals shall be in .pdf format and submitted by email to paula_johnson@nps.gov. Submissions must be received by the Government no later than 1200 (Noon) Mountain Time on April 9, 2019. Questions or comments regarding this notice shall be submitted to paula_johnson@nps.gov by 1200 (Noon) Mountain Time on April 2, 2019. NOTE: This is a Sources Sought announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the National Park Service to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service Disabled Veteran-Owned Small Businesses. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »