SOLICITATION NOTICE
66 -- Airborn Digital Gamma-Ray Spectrometer
- Notice Date
- 6/11/2008
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NWWB0300-8-38720
- Archive Date
- 7/15/2008
- Point of Contact
- Mark A. Miller,, Phone: 301-713-0828 x187, Brian J. Brown,, Phone: 301-713-3405 x116
- E-Mail Address
-
mark.a.miller@noaa.gov, brian.j.brown@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- The United States Department of Commerce, National Oceanic and Atmospheric Administration, (NOAA) National Weather Service (NWS), intends to negotiate on a sole source basis with Radiation Solutions, Inc. (RSI) of Mississauga Ontario, Canada to provide a airborne Digital Gamma-Ray Spectrometer RSX-5(U) with refurbishment of Nal Crystal Detectors. This action will replace an older system designed twenty years ago which now has antiquated analog design, manual tuning, tedious daily set-up, high maintenance, and a lack of reliable and inefficient snow survey programs. RSI proposed system is compact relative to the existing system. The Nal crystal detectors downward and upward capability when airborne is greatly enhanced with this proposed system. In addition, the proposed RS-500 series unit utilizes advanced technology and software techniques that will provide laboratory levels of spectra performance that were previously unachievable. RSI is the only manufactures that offer an airborne unit to the Government's specifications and they are an industry leader in the gamma ray detection systems. RSI's unit meets all the requirements and needs of NOAA to upgrade their current antiquated system. Selecting an alternative model would result in significant additional costs for upgrades and additional design costs. In addition, this unit must be in place in prior to the start of the winter season. Vendors who believe that can satisfy the Government's requirement are invited to submit an affirmative response. To be considered an affirmative response, vendors must submit written data and documentation which demonstrates an ability to meet the existing training, and logistical requirements aforementioned. All responsible sources must submit a written narrative statement of capability including detailed technical information and other technical literature sufficient to permit agency analysis. This is in order to determine a bona fide capability to meet the requirement. A determination by the Government not to open this requirement to competition based upon the responses to this notice is solely within the discretion of the Government. A firm fixed-price purchase order is contemplated for this effort. Affirmative written responses must be received no later than 30 June 2008. Please submit any and all written responses to Mark Miller via e-mail at Mark.A.Miller@ noaa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79caa4d6488284123d202cb2c69d5282&tab=core&_cview=1)
- Place of Performance
- Address: 1735 Lake Dr., West, Chanhassen, Minnesota, 55317, United States
- Zip Code: 55317
- Zip Code: 55317
- Record
- SN01591727-W 20080613/080611222728-79caa4d6488284123d202cb2c69d5282 (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 |