Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SPECIAL NOTICE

66 -- ZX TM Wind Lidar

Notice Date
4/1/2020 8:22:56 AM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF93458462
 
Response Due
4/8/2020 8:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Stacy Thurman, Jeri H. McGuffie
 
E-Mail Address
Stacy.D.Thurman@usace.army.mil, Jeri.H.McGuffie@usace.army.mil
(Stacy.D.Thurman@usace.army.mil, Jeri.H.McGuffie@usace.army.mil)
 
Description
USACE, Engineer Research and Development Center (ERDC) Contracting Office intends to issue a sole source award to NRG Systems/DBA Renewable NRG Systems, 110 Riggs Road, Hinesburg,�VT� 05461-4453�to purchase one ZX TM wind lidar (brand name or equal to).� The wind lidar shall contain the following characteristics: New Wind lidar system which consists of a lidar control unit (LCU) and 3� lidar optical head (LOH) with the following dimensions: ����������������������������������������������� �LOH: 356 x 285 x 750 mm ����������������������������������������������� �LCU: 190 x 490 x 500 mm The system will be capable of at least 10 horizontal measurement ranges between 10 m and 400 m from the sensor and 13 vertical slices at each range. Dwell times will be user configurable. The system is capable of measuring at speeds of up to 50Hz. The system will be capable of measuring wind speed and vertical wind shear at each horizontal measurement range. A Turbine Integration Kit (TIK) will be provided for instrument mounting. The system will have a minimum Ingress Protection (IP) weatherproofing rating of IP65 and be rated for outdoor use. System will be capable of outputting data via Ethernet, WAP, and GSM modem. All cables needed to operate the system will be included. The package shall include all system manuals required for installation and operation of the wind lidar. Web-based training via Skype will be provided after delivery to walk through system setup, data acquisition, and system maintenance. This formal web based training will be no longer than 1 day in duration. Delivery and training shall occur within 4 months after contract award. Specific Characteristics that must be adhered to are: Ability to measure wind speeds at user-defined intervals horizontally away from the sensor (as opposed to vertically above the sensor) a short blanking range (10 m or less) for the sensor which allows nearfield wind measurements a large maximum distance range of the sensor (300 m or larger) enabling measurements over a wider geographic extent This Notice of Intent is for information purposes only. The Government intends to procure from only one source under the authority of FAR 13.106-1(b)(1)(i). This is not a request for competitive quotes or proposals and no solicitation is available. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334519, Other Measuring and Controlling Device Manufacturing, with a Small Business Size Standard of 500 employees. All sources eligible to provide this supply must respond in writing. Responses must be supported with clear and convincing evidence to clearly articulate the ability to provide the supply as outlined above. The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.� A request for documentation will not be considered as an affirmative response. If no responses are received within seven calendar (7) days after publication of this notice, to the effect that comparable services are available, and that it is more advantageous to the Government than obtaining this product through a sole source contract, then a sole source acquisition award will be made. A determination by the Government not to compete based on 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.� Oral communications are not acceptable in response to this notice. Interested parties may submit their capabilities statement for consideration by the Government to stacy.d.thurman@usace.army.mil. The solicitation number shall be included in the subject line of the e-mail submission. Responses must be received no later than 7 calendar days from the posted date of this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bbb2a65bfc2d4a138d4473efd8bc4a82/view)
 
Record
SN05606876-F 20200403/200401230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.