Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

66 -- Long Range Tracking Radar Upgrade

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
CAW804144
 
Archive Date
7/19/2008
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) intends to negotiate, on behalf of the Detection, Inspection, and Enforcement Technologies (DIET) Program of the Office of Law Enforcement Standards (OLES), with VAWD Applied Science & Technology Corporation of Tucson, AZ, for an upgrade to NIST’s existing Long Range Tracking Radar System, the CLRS-EXPL-200, awarded competitively in Fiscal Year 2007. NIST intends to upgrade this existing system to avoid additional and redundant expenditures and delivery delays. The required upgrade needs to be 100% compatible with the existing system. The Contractor will have to physically take possession of NIST’s existing system and insert new hardware (circuit boards) into the existing electrical chassis and install new software that uses the newly installed hardware. The upgrade will enable the CLRS-EXPL-200 to meet the following requirements: • 18 bit instantaneous dynamic range; • Instantaneous IF bandwidth greater than 400 MHz; • Range resolution less than 0.7 m; • Detection of human targets at greater than 50 meters standoff through concrete block walls; • 3 dimensional human target tracking: range, azimuth, and elevation; • Compact PCI modularization; • Total power consumption of less than 800W at 120 VAC; • Dual simultaneous transmission and reception; • 3.3 GHz to 3.9 GHz Operation; • Peak output RF power of at least 20 dBm; • Simultaneous fully polarimetric measurement capability; • Transmitter blanking for reduced interference. The contemplated effort is a follow-on acquisition to continue development on a highly specialized piece of equipment as described in FAR 6.302-1(a)(2)(ii). This system being procured is an upgrade to the existing equipment NIST cites FAR 6.302-1(a)(ii)(A) and (B) (see excerpt below) as primary rationale for Sole Source Determination. (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in— (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays fulfilling the agency’s requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B) The existing equipment and the upgrade are commercial items. VAWD has developed the technology and has proprietary rights to that technology. The upgrade must be hardware and software compatible with the existing equipment. The existing equipment and technology are proprietary to VAWD. VAWD has no distributors, therefore, they are the only source who can provide this upgrade. The North American Industry Classification System (NAICS) code for this acquisition is 334516, and the size standard is 500 employees. No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, responses received by July 18, 2008, will be considered by the Government. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4370abe0ad3b4653e5584bddc6a4498a&tab=core&_cview=1)
 
Place of Performance
Address: Ship To:, NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01606942-W 20080705/080703215316-4370abe0ad3b4653e5584bddc6a4498a (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.