Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
SOLICITATION NOTICE

66 -- Microwave Radiometer Profiler

Notice Date
1/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-09-R-9001
 
Archive Date
1/28/2009
 
Point of Contact
Mary K. Thomsen,, Phone: 4022945494, Sheila M Rollins,, Phone: 402-294-5142
 
E-Mail Address
mary.thomsen@offutt.af.mil, sheila.rollins@offutt.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial purchase prepared in accordance with the format in Federal Acquisition Regulation Sub Part 12.6 as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number FA4600-09-R-9001 is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This solicitation is unrestricted; the NAICS Code is 334519; the NAICS small business size standard is 500 employees. All awards will be issued subject to the availability of funds. 55 CONS intends to issue a firm fixed price purchase order for the following service: Purchase and installation of two (2) Microwave Radiometer Profilers, including training, travel, and shipping and handling. 1. Scope of Work This Statement of Work consists of furnishing all equipment, material, training, and installation required to perform the work specified herein. The work shall consist of purchase and installation of two Microwave Radiometer Profilers (MWRP) at two locations (1 stateside and 1 overseas), training (to include training manuals), and travel. 2. Major Items of Work a. Purchase and installation of two Microwave Radiometer Profilers (MWRP) at two locations (1 stateside and 1 overseas), including training (to include training manuals) and travel. b. Capabilities Required: 1) System Performance. The system must be capable of, at a minimum, sampling, measuring, and reporting the following elements remotely and provide as many of the following features as current technology can provide: • Continuous temperature and humidity sensing to a height of 10 km, or to an altitude as high as current commercial technology can provide. • Location of Observed Parameter • Web-based atmospheric sensing • Wind Speed and Direction • Pressure 2) Operation • Capable of on-demand automated operations • 24-hours a day/seven days a week in all weather conditions • System must be programmable in order to set observation times and parameter threshold criteria • The system will be capable of utilizing indigenous power sources. For example, commercial power (100-250 VAC, 50-60 Hz), or another suitable power source to meet 24/7 operations. 3) Back-up Capability Offeror shall provide the details on whether their system has a back-up power capability in the event of power loss/degradation (e.g., Uninterruptable Power Supply [UPS], back-up generator power, solar power, or any other technologically feasible solution). 4) Dimensions Size of the MWRP must be as small as possible, ideally no more than 4.0 cu ft and weigh no more than 66 pounds, or as close to the dimensions listed as commercially available. 5) Transportability MWRP shall be packaged for ground and air transportation in accordance with the best commercial practices for shipment to identified military installations 6) Display Characteristics Data will be displayed on standard computer systems, or current/future forecast systems in a standard format. 7) Computer System • Software will be fully documented, mature, easy to maintain • Describe whether your software is compliant with Information Security • Describe whether your software is Public Key Enabled (PKE) capable • Describe the operating system (e.g., Microsoft Vista) • Describe whether your application is X509 certificate certified • Describe whether your system is IPv6 compatible • The system software will provide extensive, multi-layered help and tutorial functions covering system hardware and software operations 8) System Administration System administrators, maintainers, and other authorized personnel with proper access permissions will be able to log onto the system for control, remote diagnostics, and maintenance purposes. 9) Warranty Offeror shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. We are specifically interested in 1 year and 3 year options priced separately. 10) Data Rights Please specify your company's data rights policy for releasing to the government. 11) System Training Offeror shall provide system training on set-up, calibrations, data interpretation, system administration, and maintenance as offered to the general public in commercial practice. 12) Government Acceptance Criteria Offeror shall deliver, install, conduct system test with Government involvement, and receive the identified training before Government acceptance is granted. 13) System Calibration Offeror shall provide details as to how often system calibration is required, training on "how to" calibrate the equipment, and identify any associated equipment required that is not part of the purchase price. 14) Reliability Requirements Offeror shall provide system details on Reliability (Mean Time Between Critical Failure [MTBCF]). MTBCF is a measure of the average time between failures of mission-essential system functions. A critical failure is a failure which prevents the system from performing its assigned mission to observe, process, store, and transmit data for more than one (1) hour. This includes all critical hardware and software failures that occur during mission and non-mission time, and is expressed as: MTBCF = (number of operating hours) / (number of critical failures) Note: Ideally we're interested in purchasing a system that has a MTBCF of at least 2,200 hrs, or has high as current commercial technology can provide. 15) Maintainability Requirements Offeror shall provide system details on maintainability (Mean Repair Time [MRT]). MRT is a measure of the average on-equipment corrective maintenance time in an operational environment. MRT starts when maintenance procedures begin on the equipment. This time includes all maintenance done to correct the malfunction, including test preparation, troubleshooting, removing/replacing parts, repairing, adjusting, and conducting functional checks. 16) Schedule The estimated delivery date is 6 months after contract award.   17) Cost Price per system including installation, system test, training, and standard commercial warranties one year and three years. 3. Location of Work The place of delivery and acceptance destination points are: the Air Force Combat Weather Center (AFCWC), Hurlburt Field, Florida, and the 31 OSS/OWS located at Aviano AB, Italy. Specific street addresses will be provided at the time of contract award. 4. All work will be coordinated with Capt Ronald E. Allen, Air Force Weather Agency, Offutt Air Force Base, Nebraska, 402-271-9668. All quotes should be received NLT Tuesday, January 13, 2009 at 4:00 PM CST, and sent electronically via e-mail, if possible, to mary.thomsen@offutt.af.mil, or via facsimile to (402) 294-7280. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database (http://www.ccr.gov/) BY COB Tuesday, January 13, 2009, will make a bidder ineligible for award. Also, the contractor must have the NAICS code listed in this solicitation on their CCR Registration. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation - Commercial Items, (a. Price and delivery, in order of importance); FAR 52.212-4, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (DEVIATION); 252.225-7000, Buy American Act - Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. Please reference solicitation number FA4600-09-R-9001 on all correspondence. No numbered notes are applicable to this acquisition. Any questions should be submitted to Mary Thomsen at (402) 294-5494 or via email at mary.thomsen@offutt.af.mil. Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCZ, 101 Washington Square, Building 40, Offutt AFB, NE 68113 NLT Tuesday, January 13, 2009 at 4:00 PM CST. Quotations may be submitted via email to mary.thomsen@offutt.af.mil or via facsimile to (402) 294-7280.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3df69069d3b34cfe17772917c4c814ab&tab=core&_cview=1)
 
Place of Performance
Address: The place of delivery and acceptance destination points are: the Air Force Combat Weather Center (AFCWC), Hurlburt Field, Florida, and the 31 OSS/OWS located at Aviano AB, Italy. Specific street addresses will be provided at the time of contract award., Hurlburt Field, Florida, United States
 
Record
SN01727535-W 20090108/090106220536-3df69069d3b34cfe17772917c4c814ab (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.