Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOURCES SOUGHT

U -- Lightning Detection System Training and Warranty

Notice Date
7/28/2014
 
Notice Type
Sources Sought
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B296
 
Archive Date
8/19/2014
 
Point of Contact
Paul D. Gingrich, Phone: 321-494-9516, Craig S. Davis, Phone: 3214943668
 
E-Mail Address
paul.gingrich@us.af.mil, craig.davis.1@us.af.mil
(paul.gingrich@us.af.mil, craig.davis.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-Q-B296 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 611420. The size standard for NAICS is $11.0M. The requirement is the following training and warranty for parts manufactured by Vaisala: 1. Provide on-site training on TLS200 Sensors to include travel cost to PAFB. 2. Provide on-site training for Total Lightning Database (TLD100)/Fault Analysis and Lightning Location System (FALLS) System and Software Client Training to include travel cost to PAFB. 3. Provide on-site training for Total Lightning Processor (TLP100) to include travel cost to PAFB. 4. Provide extended warranty for the Lightning Detection System for one year. Salient Characteristics: a. Training: The Lightning Detection System that is currently being integrated into the Eastern Range weather systems is a mix of proprietary software/hardware and COTS computer equipment. The ERTS O&M technicians are required to master a higher level of technical expertise on the TLS200 sensor hardware (physical and electronic), interface electronics, and software. The level of knowledge presented in training is expected to be equivalent to the level of knowledge that the OEM maintains in order to support installation, checkout, operation, and service contracts. Technical information presented in training should include: 1. Explain the lightning detection principles used by the MERLIN equipment (lightning detection methods and theory) 2. Describe the components of MERLIN, explain signal flow and logical interactions between components, including explanation of how the sensor manager communicates with the sensors 3. Explain the theory of operation of the MERLIN equipment to include instruction on user interfaces 4. Provide instruction and demonstrations of how to perform preventive and corrective maintenance on MERLIN, identify the Field Replaceable units (FRUs), demonstrate how to perform replacement of the failed modules and sensors. 5. Provide instruction and demonstrate how to tune the sensors, as well as how to perform the necessary adjustments to variables in the software to ensure proper tuning of the lightning sensor network 6. Detailed troubleshooting methodology for fault detection/fault isolation how to troubleshoot the Field Replaceable units (FRUs) for MERLIN The training must be recognized by the OEM such that the ERTS technicians performing higher level maintenance and repair actions will not void the OEM warranty. b. Extended Warranty for the Lightning Detection System: In order to meet Range reliability requirements of 99.4%, availability of 99.9%, and six hour Mean Time to Restore Functionality requirement of the lightning detection system delivered and installed by Vaisala, the new equipment requires an extended warranty for a period of one year. The extended warranty is to cover on-site services including priority technical support and site maintenance, covers the direct repair and replacement costs, priority help desk support and remote assistance support, express spare part delivery to minimize equipment downtime, software upgrades, calibrations service, configurations service and onsite repair service including data backup. What is the purpose of the item(s): To provide training on three of 45 Weather Squadrons current sensors/equipment and provide one year warranty for the Lightning Detection System. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past refences with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q B296,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925- 3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 04 Aug 2014, 1500 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B296/listing.html)
 
Place of Performance
Address: Patrick AFB, 32925, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03440506-W 20140730/140728235309-64c15137ec043076e2abb9301866a60e (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.