Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOLICITATION NOTICE

16 -- MULTIMODE RADAR SYSTEM FOR NOAA WP-3D AIRCRAFT - STATEMENT OF WORK MULTIMODE RADAR SYSTEM FOR WP-3D AIRCAFT 15-00822

Notice Date
4/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-15-00822
 
Archive Date
5/29/2015
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK MULTIMODE RADAR SYSTEM FOR WP-3D AIRCRAFT This is a commercial acquisition over $25,000.00. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this announcement. This is a solicitation for the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL. The government intends to issue a fixed price contract for the purchase of two (2) replacement multimode radar systems. This notice constitutes the only Request for Quote (RFQ) and a written solicitation will not be issued. DOC, EAD-KC requires that all contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://www.sam.gov. In order to register, all offerors must have a Dunn & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. This notice is hereby issued as RFQ No.NMAN6000-15-00822. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-80. The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: CLAUSES 52.203-3 Gratuities (APRIL 1984) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) Section (b)(1),(2),(4),(8),(9),(16),(17),(20), (22), (25), (26), (27), (28), (29), (30), (31), (32), (33), (40), (43), (44), (50) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34 FOB Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (Determined at contract award) 1352.209-71 Limitation of Future Contracting (APR 2010) 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance With the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (NOAA, Aircraft Operations Center, MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) (Determined at contract award) PROVISIONS 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) - 52.212-2 Evaluation-Commercial Items (JAN 1999) (see Technical Evaluation Criteria section) 1352.209-70 Potential Organization Conflict of Interest (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (e) James Rhodes, US Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.242-70 Postaward Conference (APR 2010) (to be held at contractor's facility) 1352.270-71 Pre-Bid/Pre-Proposal Conference and Site Visit (APR 2010) Text File - Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2014) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK: See attachment to this notice PRICE/QUOTE: This is a purchase for a commercial-off-the-shelf (COTS) item. The line item will be quoted and completed in accordance with the terms and conditions and specifications specified. Prices quoted for contract line item numbers CLIN 0001 shall be fixed-price inclusive of all costs. CLIN 0001: Multimode Radar System in accordance with Statement of Work Qty 2 ea Unit Price $__________Amount $_________________ Additional Engineering Support and/or training other than what is required in Statement of Work to include Travel and Per Diem Telephonic Support $____________per hour On-Site Support at NOAA/AOC$_______________per hour On-Site Training at NOAA/AOC $_______________per hour Other Training at Contractor's facility $________________per hour Spare Parts Contractor shall provide a spare parts list containing a firm fixed price for each individual spare part. Submission of Quote Signed and dated quotes must be submitted. Quotes must be received on or before 11:00 AM Central time on May 14, 2015. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include the following in order to be considered responsive to this request: 1.Provide Technical submittal with specific responses to the below Technical Evaluation Criteria 2.Past performance references (no more than three) 3.Pricing information for CLIN 0001 and additional technical support/training and spare parts price list Technical Evaluation Criteria The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12.6 using procedures of FAR Part 13. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, the technical evaluation, and price. The Government will award the order to the contractor that is determined the BEST VALUE to the Government. Technical qualities and price will be considered. The system's technical evaluation is significantly more important than price. The following technical evaluation criteria are listed in order of decreasing importance. I. The system will be evaluated for ability to perform the current and anticipated NOAA missions. Offeror shall provide descriptions of capabilities related to each of these missions, including key specifications as identified for each. Offeror may provide other specifications and metrics as desired. •Hurricane and other Severe Weather Reconnaissance - Weather radar mode to provide in-flight situational awareness, and scientific quality reflectivity and velocity measurements for post-flight analysis. Air to Air mode to assist with separation from other in-storm aircraft. Key Specifications: antenna beamwidth (ray resolution), sensitivity (minimum weather target detection at a specified distance - e.g. x dBz at y km), turbulence identification (preferably simultaneously with reflectivity), real time data availability (e.g. streaming Ethernet UDP), pilot display capabilities (e.g. ARINC-708 data stream), data types (e.g. reflectivity, velocity, spectral width, signal quality index), data resolution (e.g. bits of resolution, dynamic range), range (r2) and intervening attenuation compensation •Hurricane Research - Synthetic Aperture (SAR) mode for sea surface roughness (scatterometry) and wave height studies. Key Specifications: Ability to measure relative surface roughness (rotational scan), minimum resolution of wave height and orientation (Strip SAR), Minimum Detectable signal of sea spray for Doppler measurements of surface winds •Ice Patrol (potential US Coast Guard mission support) - Inverse SAR (ISAR) mode to detect, identify and classify iceberg targets. Key Specifications: Detection capability (size at distance), target discrimination and automatic identification, number of simultaneous targets •Marine Sanctuary and other Maritime Patrol - SAR, ISAR and integrated Automatic Identification System (AIS) to detect, identify and classify maritime targets in support of NOAA's Marine Sanctuary stewardship. Key Specifications: Detection capability (size and shape at distance), target discrimination and automatic identification, correlation between radar and AIS to identify and correlate targets, number of simultaneous, cataloged targets that can be tracked •Other Potential Missions - Oil spill detection, Oceanic garbage patch gyre mapping, Marine mammal detection. Key Specifications: Measurement of surface roughness and change in dielectric constant, Minimum size and resolution of detected surface targets at various altitudes and sea states. Offeror shall generate a document containing information on how the Offeror will verify each quantitative claim made in their offer. This will be incorporated into a verification matrix along with the Government's contractual requirements. Verification methods may include Analysis, Demonstration, Inspection, and Test. If Offeror has previous test or demonstration data for an identical system, that may be provided as part of the offer, and differences between a previously installed system and the proposed WP-3D configuration shall be addressed (e.g. if a previous system had a different RF path loss than is expected with the WP-3D installation, the increase/decrease in sensitivity and its effect on performance shall be described). Offeror shall describe differences in proposed testing and verification for the First Article versus the second system and any spare components. For example: it may be that First Article testing covers every item in the Verification Matrix, while second system (and spare component) testing shows physical and electrical conformance to the first system, with software and functionality expected by equivalence. II. The system will be evaluated for its user interface display characteristics and ease of use. Offeror shall describe basic operator interface, including descriptions of representative actions for each supported mission (e.g. for Maritime Patrol - how the operator would start and set the system, interpret a typical display, adjust parameters to remove extraneous targets and clutter, identify and tag a target, archive the data, and shut down the system). Offeror shall identify provided hardware and software for the operator. Flexibility to have multiple display stations and to designate a different (Government-provided) console as the control/display station is highly desired. If that capability exists, Offeror shall describe what secondary display capabilities are available to other stations on the aircraft, what hardware and/or software would be required at the secondary display station(s), and what control capabilities would be available at a designated secondary control station if the primary operator console is not used or has failed. Offeror shall describe system capabilities to interleave modes (e.g. switching between Weather and other modes) on a timed and/or scan-by-scan basis. III. The system will be evaluated for maintainability, including reliability, presence and utility of Built-In-Test and fault identification, contractor's identification of recommended spares, ease of repair to the Line Replaceable Unit (LRU) level, ability to troubleshoot and repair to lower than the LRU level (e.g. board level), including level of expertise and test equipment required. Documentation for the prior sentence will be evaluated. The Offeror shall provide reliability information on the overall system, as well as each Line Replaceable Unit (LRU). Typically this is presented as Mean Time Between Failures (MTBF), although the offeror can provide a similar metric. If the system or an LRU can degrade without critical failure, the offeror should provide reliability information for both non-critical and critical failures. For example, if a transmitter can degrade through component aging or by loss of one or more subcomponents, but the system still meets the specifications (e.g. sensitivity), the offeror should provide information on both failure metrics. The offeror shall provide information on how the reliability information was derived (accelerated testing, fielded MTBF, MIL-HDBK-217F, etc). IV. Past Performance - The offeror's past performance on related contracts will be evaluated to determine as appropriate, successful performance of goods and services, communications between contracting parties, proactive management and customer satisfaction. The proposal shall include specific contract references and clearly address relevant past performance on (both Government and non-Government) contracts and subcontracts to provide airborne multimode radar systems. The offeror should include the name of the customer, including contracting agency, address, and phone number, contract number, type of contract, dollar value, date of contract, period of performance, place of performance and a brief description of contract work scope and responsibilities. No more than 3 references shall be included and all references shall be within the last 15 years. V. The system will be evaluated for its physical and electrical characteristics, including size, weight, plan for installation, and electrical power usage. It is anticipated that NOAA/AOC personnel will install the systems on each aircraft, with direction from the Contractor and/or the system's installation manual. Offeror shall provide a notional delivery and installation plan, meeting the mandatory requirements provided in the Required Technical Specifications and taking the following into consideration: •For components and subsystems other than the operator display/control, the NOAA P-3 has available space in the lower half of the B-3 cabinet, almost directly above the radome area. As with the radome itself, the B-3 cabinet is close to the propeller line and is a high vibration area. There are other cabinet and rack mounting locations available at various places within the fuselage, albeit further away from the radome. If the offeror recommends or requires placement of subsystems in these other areas, that will be evaluated for feasibility and ease of installation. It is expected that the operator display/control will be mounted in one of the NOAA P-3's racks, which have 19" RETMA hole patterns. There are a few different rack configurations available (e.g. attached work surface table, different rack depths) and the offeror shall identify the specific size and ergonomic requirements for the offered system. For all subsystems and components, the offeror shall identify required and recommended mounting methods (e.g. vibration isolators, air flow volume and plenum, etc). •The primary available power on the WP-3D is 115 VAC, 400 Hz. It is desired that high power (over ~1000 VA) components use 115 VAC, 400 Hz, 3-phase power; single phase 400 Hz is also available. There is a limited amount of 115 VAC, 60 Hz, single phase power, as well as two types of 28 VDC power: 1) on whenever ship's power is on and, 2) only active with Weight-Off-Wheels. Offeror should identify the type(s) of power and locations (e.g. rack/cabinet vs. antenna area) so that the offer can be evaluated for feasibility. •There are specific weight limitations for the antenna mounting plate (which would apply to both the antenna and any subsystems mounted on the top of the plate), individual shelves and total rack weight. In addition, it is desired that the total system weight be minimized, and that will be evaluated for each offer. •As stated in the physical description, all units shall be designed to work in the WP-3D environment (interior, radome, high vibration, etc., as appropriate). Any known system degradations (e.g. reduced performance at higher operating temperatures) shall be identified, along with suggested mitigations. See ‘Additional Information to Offerors & Site Visit' below for details about site visit and obtaining the preliminary data package. VI. The offer will be evaluated for the training plan. Notionally, three main training areas shall be addressed by the Offeror in the proposal. •Basic System Training - System overview, turning system on/off, setting mode and scan parameters, basic display and target interpretation, basic fault identification, safety precautions and procedures. Approx. 30-40 personnel, including electronic technicians and engineers, meteorologists and pilots - all serve as flight or air crew on NOAA WP-3D aircraft. •In-depth Operator Training - Customizing settings (thresholds, filters, etc) and advanced target identification and classification. Approx. 15-20 personnel, all electronic technicians and engineers who were included in the Basic System Training, which can be a pre- or co-requisite to this course. •Maintenance and Repair Training - Detailed theory of operation, fault identification and isolation, LRU replacement, return to service activities (calibration and checkout). Approx. 10-15 personnel, mostly the same audience as the In-depth Operator Training. Offeror shall provide a training plan, including syllabus, location(s), facility requirements and duration. Offeror shall describe what training materials will be provided for the Government to have for training future personnel (DVD, electronic copy of training manuals, etc). If proposed training courses differ significantly from the notional courses listed above, Offeror shall provide details of the topics and target audience(s). Additional Information to Offerors & Site Visit The Government intends to host a site visit for individual Offerors to visit one of the WP-3D aircraft. The aircraft will be in maintenance and power will not be available, but the physical space and location references will be available. While not guaranteed, the Government will try to have the radome partially removed so Offerors can examine the internal geometry and mounting plate area. Offerors may provide written questions during the visit for which answers will be provided as part of an amendment to the RFQ and will be recorded and provided to all Offerors (without noting the source of the question). Site visits will be offered from Wednesday afternoon on 04/29/2015 thru Thursday afternoon on 04/30/2015. Offerors will be scheduled individually (no overlap), and on a first come basis. Site visits will be at the US Navy's Fleet Readiness Center in Orange Park, Florida (near Jacksonville). Offeror's contingent will be escorted to and from the aircraft. All persons in the contingent must provide personal information for a security check. To schedule a site visit and receive further instructions and information such as required protective wear and necessary forms to be completed for base clearance, email: ronald.f.anielak@noaa.gov. A preliminary data package will be available to Offerors during the site visit. This will include mechanical information and limitations about the radome, antenna mounting plate and the B-3 cabinet. A revised data package will be generated shortly after the week of the site visits. If an Offeror does not plan to ask for a site visit time slot but would like the data package, contact Ron Anielak, contract specialist, via email and a revised data package will be sent when available. Other requests for clarification will be accepted within window between initial release of this solicitation and the start of the site visits. Responses to requests for clarification will be provided as an amendment to the solicitation at the sole discretion of the Government. Requests for clarification are to be directed to Ron Anielak, Contract Specialist via email at: ronald.f.anielak@noaa.gov. All responsible offerors may submit a response to this combined synopsis/solicitation which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-00822/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03688274-W 20150404/150403000909-d02d1f96352eb8f0a50b11256e23d2ac (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.