Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2004 FBO #1123
SOURCES SOUGHT

16 -- Design and install a doppler radar system in Gulfstream G-IV aircraft.

Notice Date
12/21/2004
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAN6000-5-00108EH
 
Response Due
1/25/2005
 
Archive Date
2/9/2005
 
Description
This Sources Sought Notice cancels and supersedes Sources Sought Notice NAAN6000-4-01422WJB. The National Oceanic and Atmospheric Administration (NOAA), a bureau operating within the Department of Commerce, has a requirement for one (1) a tail-mounted scanning dual-beam X-band research radar system to be used on NOAA?s Gulfstream G-IVSP aircraft. NOAA presently anticipates award of a fixed price contract, with performance incentives, no later than September 2005. The performance based contract will have a design phase with Preliminary and Critical Design Reviews, followed by a construction and installation phase. The contract may also require the contractor to use earned value measurement and cost performance monitoring (EVM/CPM). A NOAA/Aircraft Operations Center (AOC) paper ?Vertically Scanning Doppler Radar for NOAA?s G-IV Aircraft ? A Concept Paper?, written by Alan S. Goldstein, dated 2/26/2004, is available to interested firms through the NOAA Contracting Officer or Program Lead identified below. DESCRIPTION: The aircraft is operated by NOAA?s Aircraft Operations Center (AOC) at MacDill Air Force Base, FL. The Doppler radar system will be used to obtain detailed wind field and precipitation information for initialization of the National Weather Service (NWS) Hurricane Weather and Research Forecast (HWRF) computer model. The Doppler weather radar system shall have the following characteristics: (1) a reflectivity accuracy of ~1dBZ; (2) a radial velocity accuracy of ~1 m/s; (3) a vertical resolution of 1 km; (4) a maximum horizontal unambiguous range of at least 50 km; (5) a maximum rotational rate of at least 10 rpm (60 degrees/sec) to provide target horizontal (along-track) data spacing resolution of no more than 1.5 km; (6) a maximum sampled gate length of 150 m; and (7) a total space displacement that permits it to fit within a new tail radome approximately 39 inches in diameter. The Doppler radar system will interface with a data path and quality control system currently under development by NOAA. In addition, a Government-provided stepped frequency microwave radiometer (SFMR) must be incorporated into the new tail radome enclosure. The aircraft is FAA certified and maintains a valid airworthiness certificate. The installation of the tail radar unit will involve physical modification of the aircraft that will affect its flight characteristics and weight and balance. Such modifications must be accomplished in conformance with the original equipment manufacturer?s flight envelope specifications and must comply with FAA certification requirements for the specific aircraft type and mode of operation. The modified G-IV aircraft is required to comply with Federal Aviation Administration regulations in the Code Federal Regulations (CFR) Title 14, Part 25, 14 CFR Part 36 and 14 CFR Part 91. The original equipment manufacturer has retained most rights in data for the aircraft. Performance of this work must be accomplished so as to have as little impact as possible on availability of the G-IV aircraft to perform mandated hurricane, winter storm, and other meteorological reconnaissance and research. Windows of availability of the aircraft for modification and testing exist for 2-3 months in the late Spring, and 1-2 months in the late Fall of each year. Delivery of the complete tail radar installation is required not later than July 2007. This requirement will provide for data collection and characterization by NOAA during the 2007 hurricane season, with full system certification and operational use in the 2008 hurricane season. NOAA anticipates establishment of a ground mockup system at AOC in order to facilitate Doppler radar system testing and integration with the SFMR and data collection systems. PURPOSE OF THIS ANNOUNCEMENT: In order to determine the most beneficial approach for acquisition of the Doppler tail radar system described above, NOAA is conducting market research to determine all available industry sources. NOAA is particularly interested in identifying prime contractors and vendors who are small, small disadvantaged, women-owned, service disabled veteran owned, or HUBZONE qualified. The contractor must be capable of providing the following types of support: (1) design, production and installation of the specified Doppler radar system including rack-mounted electronics, interconnecting cabling and waveguides, radome, and airframe structural modifications; (2) incorporation of the Government-provided SFMR in the new tail radome; (3) obtaining all required Federal Aviation Administration (FAA) certifications and inspections for modifications to the aircraft. Installation of the data path and quality control system will be accomplished by the Government. SUBMITTING A RESPONSE: Interested firms with capability to provide these products and services are invited to provide a written response to this request no later than 12:00 Noon local time, in Silver Spring, MD, on February 1, 2005. The response shall be submitted electronically in Microsoft Office or Adobe Acrobat format to william.j.becker@noaa.gov and in paper form to William Becker, Supervisory Contract Specialist, Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106. The response shall be no more than 15 pages plus one attachment and shall include the following: 1. A one page letter shall cover the response signed by the appropriate authorized individual in the firm. 2. A description of your firm including the following: Business Address; Type of Business; Business Size Standard; Central Contractor Registration Status; Management Structure & Organization Chart; Statement of any 8(a) Certification and Duration of Certification; and Points of Contact (names, phone, fax, email). 3. A description of your capacity to perform the work described including: Understanding and knowledge of airborne Doppler radar system technology, design, production and installation; Design tools (software and hardware); Production and testing facilities; Personnel resources and capabilities; Knowledge and experience obtaining and maintaining FAA safety and airworthiness certifications; Knowledge and experience working with aircraft manufacturers for airframe modifications; Understanding and knowledge of the research aircraft operating environment; and Ability to do Earned Value Measurement and Cost Performance Reporting on contracts awarded to your firm. 4. Specific examples of Relevant Experience. 5. A description of needed labor categories. 6. Rough order of magnitude (ROM) cost estimate for completion of the contract effort. 7. Any other comments and recommendations, including: (1) Comments on the most appropriate type of contract; (2) Comments on your estimated contract cost; (3) What form contract incentives or disincentives, if any, should take; and (4) Any other comments you would like to make on how best to conduct this acquisition. An original and four copies shall be submitted as well as the electronic version. The cover letter is the first of the 15 pages. The electronic version shall be in the form of an e-mail with one attachment. That single attachment shall contain all content and shall be sized less than five megabytes. Each response shall be on 8-1/2 x 11-inch paper, in a commercially standard font, not smaller than 10-point (excluding separately created artifacts included within the text). Each page in the response shall be separately numbered. A page of paper printed on both sides is considered as two pages (if using double-sided pages, the front side would be page 1, the reverse side would be page 2). Fold-out pages with two folds or less will be counted as one page. The response should not include brochures, newsletters, or other marketing materials uniquely created for this procurement. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged. EVALUATION OF RESPONSES: Responses to this announcement will be evaluated to determine the existence and viability of commercial sources of supply. The Government will not be liable for any costs incurred in response to this request. Questions and comments may be directed to the Contracting Officer by email only at william.j.becker@noaa.gov. There will be no acknowledgement by the Government to responses to this Request for Information. Point of Contact William Becker, Supervisory Contract Specialist, Phone (816) 426-6823, Fax (816) 426-7530, Email William.J.Becker@noaa.gov or Ellen Herrburger, Program Lead, Phone (301) 713-1355 x 100, Fax 301-713-4149, Email Ellen.Herrburger@noaa.gov.
 
Place of Performance
Address: Work will take place at the contractor?s facility and at NOAA AOC, MacDill Air Force Base, FL 33621-5407.,
Country: USA
 
Record
SN00724370-W 20041223/041221211740 (fbodaily.com)
 
Source
FedBizOpps.gov 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.