Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

58 -- 449 MHz Radar Wind Profiler

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-T-0075
 
Response Due
8/15/2007
 
Archive Date
10/14/2007
 
Small Business Set-Aside
N/A
 
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. This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: (1 EACH) Purchase, delivery, and installation of a 449 MHz radar wind profiler for U.S. Army D ugway Proving Ground (DPG), Utah. The profiler shall satisfy the following minimum guidance specifications: (1) Height Range: 250 m to greater than 8 km; (2) Sample spacing: User adjustable (e.g. 250 m, 500 m, 1 km, etc.); (3) Averaging time: 1 to 60 minu tes; (4) Minimum measurement height: 200 - 400 m; (5) Maximum measurement height: up to and greater than 8 km; (6) Maximum radial velocity: plus/minus 25 ms(-1); (7) Wind speed accuracy less than 1 ms(-1); (8) Wind direction accuracy less than 10 degrees; and (9) Number of wind finding beams: five is preferable, three is acceptable. The base components of the profiler shall include as a minimum the following: (1) Radar processor with video monitor, keyboard, mouse, NIC card, controller card, digital IF c ard, and reference oscillator; (2) Power supply unit including any DC power supplies; (3) Modulator, IF, and Interface unit; (4) T/R unit; (5) Amplifier; (6) Antenna; (7) Antenna Platform including support structure, reflector, and support brackets. (Offe ror may choose to use the existing 404 MHz profiler antenna platform located at Horizontal Grid); (8) Beam steering unit including relays or electronic switches; (9) Circulator; (10) Limiter; (11) Splitters; (12) Interconnect coax cables; (13) Electronics/ Equipment cabinets; (14) Full on-line uninterruptible power supplies; (15) Complete cable set; (16) Processing and display software; and (17) Users guide and software manuals. The radar profiler should have the following optional equipment (to be priced seperately): (1) Built in test equipment; (2) Advanced display software including: (a) Any remote control or display equipment and software and (b) Software for displaying moments (if not included in the basic software); (3) RASS system; (4) GPS timing rec eiver and interface; and (5) Special surface coating of ground plane, antennas, and support structure. The proposal shall also describe a listing of all spare parts, to include as a minimum the following items with unit price: (1) Amplifier; (2) Transmit ter power supply; (3) Relays; (4) Splitters; (5) Antenna elements; (6) T/R unit; (7) Circulator; (8) IF, modulator, interface unit; (9) Power supply; and (10) RASS diaphragms. The following services shall be included in the price (but identified seperatel y) of the profiler: (1) Site survey (including estimates of air fare, lodging, and local travel costs); (2) Factory acceptance test; (3) Installation (including air fare, lodging, and local travel costs); (4) Training; and (5) All infrastructure requireme nts (e.g. building, trailer, power, network, etc.) must be fully described and quoted. Some infrastructure improvements may be performed by DPG. CLIN 0002: (1 EACH) Personnel Reporting System requirement per the local clause. Prices must include shippi ng cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-07-T-0075 for a firm-fixed p riced amount. NOTE: This requirement is subject to the availability of funding in accordance with FAR 52.232-18. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classific ation Standard 334519 applies to this procurement. Size standard is 500 employees. The following provisions and clause apply to this acquisition: The provisio n at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Contract Terms and Conditions  Com mercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicab le to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13 126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative A ction for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Uni on Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.232-33, Payment by Electronic Funds Transfer--Cen tral Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); and 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). DFARS 252.212-7000 Off eror Representations and Certifications  Commercial Items and DFARS 252.225-7020 Trade Agreements Certificate applies to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.203-3, Gratuities (10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Comm odities (10 U.S.C. 2533a); 252.225-7014, Preference for Domestic Specialty Metals (10 U.S.C. 2533a); 252.225-7021, Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252.227-7037 , Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); 252.232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631); and 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). FAR 52.204-7 Central Contractor Registration; FAR 52.232-18 Availability of Funds; FAR 52.247-34 F.O.B. Destination; DFARS 252.204-7004 Alt A Cent ral Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.211-7003 Item Identification and Valuation apply to this solicitation. Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; Installation Security Requirement; Safety and Accident Pr evention; Government-Contractor Relationships; Department of Army Personnel Reporting System; Notice of Wage Determination (wage determination 2005-2531 Revision 3 applies to this solicitation); OSHA Standards; and Identification of Contractor Employees. All quotes must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Quotes are due no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Wednesday, August 15, 2007.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01352089-W 20070727/070725221807 (fbodaily.com)
 
Source
FedBizOpps 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.