Skip to main content

An official website of the United States government

You have 2 new alerts

Atmospheric Aerosol Prediction and Applications Research and Development

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jul 10, 2024 01:32 pm EDT
  • Original Published Date: Jun 07, 2024 02:11 pm EDT
  • Updated Date Offers Due: Jul 12, 2024 03:00 pm EDT
  • Original Date Offers Due: Jul 05, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 27, 2024
  • Original Inactive Date: Jul 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC33 - NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Monterey , CA 93943
    USA

Description

Update 11: Answers to questions received are provided, per the attached Q&A document, dated 07/10/2024.

Update 10: Provide new Attachment 6 - PP Questionnaire.

Update 9: Answers to questions received are provided, per the attached Q&A document, dated 07/03/2024.

Update 8: Answers to questions received are provided, per the attached Q&A document, dated 06/28/2024.

Update 7: Answers to questions received are provided, per the attached Q&A document, dated 06/27/2024. Update Attachment 3 - Personnel Qualifications, and extend the closing date of the solicitation to July 12, 2024.

Update 6: Answers to questions received are provided, per the attached Q&A document, dated 06/24/2024.

Update 5: Answers to questions received are provided, per the attached Q&A document, dated 06/18/2024.

Update 4: Answers to questions received are provided, per the attached Q&A document, dated 06/14/2024. Additional POCs are added as follows: Contract Specialist: Brent Robinson, email: brent.robinson1.civ@us.navy.mil; Contracting Officer: Sonya Diaz De Leon, email: sonya.a.diazdeleon.civ@us.navy.mil

Update 3: Answers to questions received are provided, per the attached Q&A document, dated 06/12/2024.

Update 2:  The Solicitation closing date/time on page 1 of SF33 is corrected, so that it now matches the information on SAM. Additionally, answer to question received is provided, per the attached Q&A document, dated 06/10/2024.

Update 1: The actual Solicitation is attached in this Amendment 001.

This is a solicitation notice IAW FAR Subpart 5.2 and Consolidation notification IAW Subpart FAR 7.107-2.
The Naval Research Laboratory (NRL) issues this solicitation for Atmospheric Aerosol Prediction and Applications Research and Development (R&D). The Marine Meteorology Division, located in Monterey, CA, conducts a basic and applied research and development program designed to improve scientific understanding of atmospheric processes that impact Fleet operations and to develop automated systems that analyze, simulate, predict, and interpret the structure and behavior of these processes and their effect on naval weapons systems.
The scope of the contract is in the following areas: Numerical methods for numerical weather prediction (NWP); Fine scale aerosol and cloud microphysics prediction; Ensemble prediction methods; Data assimilation; Aerosol source characterization and the predictability of aerosol particles in the vicinity of sensitive cloud systems; Data assimilation of remotely sensed and other non-conventional data; New and novel methods for providing environmental support directly to the warfighter, especially using tactical through-the-sensor data; Artificial intelligence and machine learning techniques and system development; Nowcasting including combined model, satellite and radar data; Meteorological applications in decision making process; Weather impact on piloted aircraft and UAS operations; Aerosol measurement, characterization, and electro-optical effects; Ducting, refractivity, and electro-magnetic effects; Research that increases our knowledge of the effects of the atmospheric environment on ship and air platforms as well as on shipboard, airborne, and land-based communications, sensors and weapons systems; Meteorological impact on electromagnetic (EM), electro-optical (EO), and acoustic sensor performance; Atmospheric dispersion of chemical and biological agents; Software engineering for development and support of evolving methods, techniques, processes, systems, applications, and IT environments.  Tasking are outlined in the attached SOW.
It is anticipated that a single award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded with a five-year ordering period utilizing FAR Part 15. Task orders are expected to be issued on a Cost-Plus-Fixed-Fee (completion and/or term) basis. Contract award will be made based on best value to the Government through the tradeoff source selection process.
The proposed contract is full and open. The North American Industry Classification System (NAICS) code for this procurement is 541715, with a Small Business Size Standard of 1,000 employees.
To be eligible for award, Offerors must have an active registration in the SAM database. Offerors may obtain registration information at https://www.sam.gov. Offerors are responsible for routinely checking the SAM website for solicitation amendments that may be issued. Email is the only form of communication that will be accepted. Please do not call. Paper copies of the solicitation will not be issued.
Location:
The primary place of performance is the Naval Research Laboratory, Monterey, CA 93943, contractor site, or other Government facilities.
This is a consolidated requirment of contracts N00173-15-F-6402 and N00178-15-D-8169/FF01.
The incumbent contractors are:
DeVine Consulting, Inc
General Dynamics Information Technology

Contact Information

Contracting Office Address

  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA

Primary Point of Contact

Secondary Point of Contact

History