SOURCES SOUGHT
66 -- Compact Scanning Dopplar Lidar
- Notice Date
- 4/18/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NRMJ3000-14-00768
- Archive Date
- 5/13/2014
- Point of Contact
- Sue Bratton, Phone: 303-497-6155
- E-Mail Address
-
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of providing a compact scanning Dopplar Lidar. NOAA is not seeking vendors to design, develop, and then produce this requirement; we are seeking vendors already capable of providing a working solution. NOAA ESRL requires a compact scanning Doppler lidar to characterize dynamics of the atmospheric boundary layer. The lidar will need to have high spatial and temporal resolution and sufficient sensitivity to provide profiles through the lower 3-5km of the atmosphere (depending on aerosol concentrations). The system will be capable of long-term, autonomous operation, and remote control via the internet. Minimum Requirements The Doppler Lidar must have the following performance characteristics: • The ability to provide line-of-sight wind speed and intensity estimates at 2 Hz or faster. • Processing gate size has to be 30 m or shorter. • Laser pulse width of 200 ns or shorter. • Full hemispheric scanning o 0-360deg in Azimuth o -10 to 190 degrees in Elevation • Must have continuous scan mode capability (as opposed to only step and stare). • Continuous scans must have the following properties o Azimuthal scans:  The ability to select an initial and final azimuthal angle.  The ability to select an azimuthal scan speed.  The ability to select a series of fixed elevation angles at which to perform the azimuthal scans. o Elevation scans:  The ability to select an initial and final elevation angle.  The ability to select an elevation scan speed.  The ability to select a series of fixed azimuth angles at which to perform the elevation scans. o Coordinate scans:  The ability to specify a sequence of azimuth and elevation coordinates, the azimuth and elevation scan rates to while scanning to them, and the time to dwell at each coordinate. • The system must have a scan queue with the following properties: o Controllable via the internet. o Must have the ability to program and control a sequence of continuous scans (as opposed to only a sequence of step and stare scans), o Must have the ability to automatically switch between preselected scan queues depending on the time of day - for at least 8 pre-selected times during the day. (For example daytime mode vs nighttime mode.) • The instrument must be eye safe at the beam aperture. • The instrument must have a sealed environmental enclosure and has to operate under ambient temperatures ranging from -15 to + 40 C. • The system has to operate autonomously and needs to be remotely controllable via an internet connection. • The system must have a real-time processor that calculates and displays range resolved estimates of line-of-sight velocity and intensity. • Types of data displays required: o AScope : single beam line plot o RTI : Range-time indicator displays o Polar : Displays for scanning data • The instrument will have at least a one-year warrantee. • Manufacturer delivery time to NOAA must be 12 weeks or less from execution of purchase order. • Processed Data format: o The lidar system must create and store files of processed data to the disk. o These files will contain range resolved estimates of radial velocity and signal to noise ratio. o Each profile of estimates will be time tagged o Each file will contain information on site location and processing parameters o If the processed data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. • Raw data format: o The lidar system must create and store files of raw data to the disk. o The raw data can either be autocovariance or spectral data for each gate or digitizer point. o The time resolution of the raw data can be at the same rate as the processed data (in this case the raw data should represent averages of all shots taken during the interval). o If the raw data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. • Noise data format: o If the system takes automatic noise files, these files will be saved so that they can be used in re-processing. o If the noise data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. • Demonstrated capability: The vendor must have produced and sold a sufficient number of units so that their performance in the field can be evaluated. Additional Requirement • Sensitivity: The system must be able to consistently provide radial wind and intensity estimates through the depth of the atmospheric boundary layer with at a rate of 2Hz and processing gate width of 30m. The maximum range to which useful velocity measurement can be obtained for varying atmospheric conditions will be used as an evaluation criteria. (higher sensitivity/further range is preferred) • Precision of velocity and intensity measurements (higher precision is preferred) • Range resolution of measurement (higher resolution is preferred) • Time resolution of measurement (higher resolution is preferred) • Minimum range of measurement (smaller minimum range is preferred) • Hemispheric scanner capabilities: o Range of azimuth and elevation angles (larger range preferred) o Pointing precision (higher precision preferred) o Scanning speeds (larger range of scanning speed preferred) • Range of measurable line of sight wind speeds (larger range is preferred) • Size, weight, and power requirements (smallest weight, size and power requirements are preferred) • Optical focus control (automatic/remote control is preferred) • Ability of system to synchronize to UTC time is preferred • Ability to make depolarization measurement is preferred • Real-time wind profile calculations and display are preferred • Scan Queue: The lidar shall have the ability to synchronize scans relative to the absolute time of day. Ideally the scan queue could be reset at specific intervals of time after every hour. For example - starting a sequence of scans every 20 minutes after the hour: 1:00, 1:20,1:40,2:00,2:20... etc. The goal of this requirement is the ability to synchronize the scans so that the lidar performs the same scans at the same time every hour (or fraction of hour as specified by the time increment). The ideal time increments would be 0, 15, 20,30 minutes after the hour. The NAICS code for this requirement is 541512 and the small-business size standard is $25.5M. The Government anticipates awarding a fixed-price supply contract for the Dopplar Lidar. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit information to include: 1) Your firm's DUNS number & CAGE code; 2) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 3) A brief description of your firm's ability to provide a compact scanning Dopplar Lidar required for this procurement. Include any recent past performance experience. 4) Identify any major work components that your firm would likely subcontract out. Information must be received by the Contract Specialist, Ms. Sue Bratton, at sue.bratton@noaa.gov by close-of-business on April 28, 2014. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to address listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ3000-14-00768/listing.html)
- Record
- SN03342985-W 20140420/140418234903-35e9bc90c0dd4813b4ca44d2b33dac0b (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 |