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
SOURCES SOUGHT

99 -- Hydrometeorological Recording System

Notice Date
4/1/2020 8:49:06 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NWWG0000-00-RFI-00135
 
Response Due
5/2/2020 9:00:00 AM
 
Archive Date
05/17/2020
 
Point of Contact
Margaret Williams, Phone: 7574413182
 
E-Mail Address
margaret.williams@noaa.gov
(margaret.williams@noaa.gov)
 
Description
Request for Information for National Oceanic Atmospheric Administration (NOAA), National Weather Service (NWS), Office of Observation (OBS) COOP Hydrometeorological Recording System NWWG0000-00-RFI-00135 Disclaimer and Important Notes: This is a Sources Sought notice/Request for Information (RFI) only. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication that the Government will contract for any of the items and/or services discussed in this notice.� This RFI is issued in accordance with Federal Acquisition Regulation (FAR) 52.215-3. Further, NOAA is not at this time seeking proposals or quotes and will not accept unsolicited proposals or quotes.� The purpose of this notice is to: Determine if sources exist that are capable of satisfying the agency's requirements; and/or Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements Submission of a response to this RFI is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate NOAA to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other remuneration whatsoever. Further, no proposals or quotes are sought at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the potential respondent's expense. Not responding to this RFI does not preclude participation in any future formal solicitation, if any is issued. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of any future procurement, additional information will not be given and no appointments for presentations will be made in reference to this RFI. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. If included, any information should be clearly marked as such. All information received shall be safeguarded from unauthorized disclosure. NAICS Code: 334519- Other Measuring and Controlling Device Manufacturing; corresponding size standard of 500 employees. 1.0������ Overview of Capabilities The National Weather Service (NWS) is seeking a new solution for a hydrometeorological recording system (aka weather station) for measurement of, but not limited to, daily maximum and minimum temperature and liquid precipitation measurements. At a minimum, this all-inclusive weather system would be intended to replace the currently deployed Maximum/Minimum Temperature System (MMTS), the Liquid-In-Glass thermometers housed in cotton regions shelters, and collection and weighing rain gauge systems.� In total, the system should include meteorological instrumentations, a power supply, data logging capabilities, and ideally a wireless indoor module used for displaying relevant observations. The hydrometeorological recording system must meet the accuracy requirements of the NWS for temperature and precipitation according to the requirements listed in NWS Directives. A list these directives and instructions most relevant to the Cooperative Observer Program (COOP) can be found here: https://www.weather.gov/coop/standards. All applicants are encouraged to review these prior to submitting information. The full list of NWS Directives can be found here: https://www.nws.noaa.gov/directives/. The program objective is to acquire an off-the-shelf system that, at a minimum, is substantially compliant with the meteorological performance requirements contained in NWSI-10-1302, and that can be modified to be fully specification-compliant with minimal developmental effort or risk.� Additionally, the Government continues to be interested in data storage and communications capabilities. Applicants with these capabilities for large networks (8000+ sites) deployed over an extended time frame are encouraged to submit details of this technology. The Government requires a low-maintenance system that is easy to install and able to fully function in numerous harsh climates such as remote tropical islands, arctic regions, and isolated desert and mountainous areas. Competitive applicants will demonstrate a turn-key solution from sensor to data storage enabling the National Weather Service to measure atmospheric parameters, process the data, and store those data in an ASCII format.� This is to include removable and replaceable sensors and sensor heads from commonly available sources which offer the opportunity to use aftermarket or alternative supply as deemed appropriate by the participant and the NWS.� Data requirements are located in Section 2.4 of this RFI.� COTS systems where parts are interchangeable and available third party are favored, but the total turnkey approach is required. All sensors and instruments, where applicable, must be traceable to NIST for accuracy and possess documentation to prove this claim.� Responses to the RFI may be a single vendor or a team.� If interest is found in a particular solution or solution set, the vendor may or may not be asked to offer a demonstration of their solution for evaluation by NWS technical staff at a later date. 2.0������ Specification of Solution The Cooperative Observer Program is the premier and longest running program at the National Weather Service for national measurement of climate and weather.� Formally created in 1890 under The Organic Act, its mission is two-fold: To provide observational meteorological data, usually consisting of daily maximum and minimum temperatures, snowfall, and 24-hour precipitation totals, required to define the climate of the United States and to help measure long-term climate changes. To provide observational meteorological data in near real-time to support forecast, warning and other public service programs of the NWS. Coop observational data supports the NWS climate program and field operations. The program responsibilities include: Selecting data sites Recruiting, appointing and training of observers Installing and maintaining equipment Keeping station documentation observer payroll Collecting data and its delivering it to users Maintaining data quality control Managing fiscal and human resources required to accomplish program objectives. There are currently over 4,500 active stations in the continental United States, with a total exceeding 8,100.� The intent is to rehabilitate as many as possible as funding becomes available. 2.1������ Measurement Details At a minimum the hydrometeorological recording system is required to be equipped with a temperature sensor that measures ambient temperature over a range from -56.2 �F (-49 �C) to 165.2 �F (74 �C), and keep a running record of the high and low temperature over a 24 hour period based on a 16-second sample, with an accuracy of 1.0 �F (Figure 1). Temperature instruments will be shielded from precipitation, direct and reflected sunshine, and direct and reflected thermal energy (i.e., infrared).� The precipitation sensor must have a minimum resolution of �0.01� of liquid precipitation and accuracy of �0.02� of liquid precipitation (Figure 1). Additional metrics are encouraged (such as dew point, pressure, soil moisture, etc.) to be included, or have the ability to be later added in the system, but must adhere to all relevant NWS directives and guidelines for Operations and Services found here: https://www.nws.noaa.gov/directives/010/010.php. Figure 1. COOP Observation Requirements for Reporting Elements 2.2������ Operational Environment The hydrometeorological instruments shall, at minimum, provide accurate reporting of liquid precipitation and temperature without degradation of performance in severe outdoor environments consistent with all U.S. locations. 2.3.����� Power, Signal Connections, and Display The outdoor portion of the system shall be able to operate via a stand-alone power supply, such as solar charged battery, that will be able to operate in extreme weather conditions across the U.S., including U.S. Territories. The system shall have the capability to transmit data in a wireless manner to an indoor display unit where daily observations will be noted. Range of reliable wireless transmission shall be no shorter than � mile. Data stored in the system should be easy to download and accessible to observers and field technicians.� The indoor unit shall include a wall mounted AC to DC power supply and batteries back up. The Government is also interested in other forms of displaying observations should new technologies exist, particularly for observers with limited computer resources. 2.4������ Data Requirements The system will be a part of the NWS Cooperative Observer Program (COOP) and therefore meet the standards for climate observing systems (NWSI 10-1302). The system shall meet all stated requirements when exposed to any combination of environmental conditions. Table 1:� Data Requirements for Air Temperature Observed Element Data Output Resolution Data Average Calculation Update Time Stamped Memory Recall Air Temperature- Maximum Daily 0.1 degree F 15 seconds 1 minute Yes 33 Days No 1 Day Air Temperature- Minimum Daily 0.1 degree F 15 seconds 1 minute Yes 33 Days No 1 Day Air Temperature- Current Reading 0.1 degree F 15 seconds 1 minute No 1 minute Table 2.� Data Requirements for Recorded Precipitation Observed Element Calculation Update Data Store Rate Memory Minimum* Data Retrieval Data Quality Control Precipitation, Accumulated Rain 5 minute 15 minutes 90 days* Monthly None Precipitation, Accumulated Frozen 5 minute 15 minutes 90 days* Monthly None Table 2: Data Requirements for Recorded Precipitation. * This is minimum data storage, not the minimum amount of data to be retrieved monthly Submission of Information: Interested parties are encouraged to submit a response which 2.5������ Data Format Data should be stored and formatted in ASCII comma delineated flat files available for conversion or transmission to various NWS facilities.� Proof of the ability to transmit the data is not necessarily a requirement of this RFI, but the ability to store and potentially push those data sets is required to be documented. 3.0������ Submission of Information Interested parties are encouraged to submit a response which supports the company's claim that it presently has the qualifications and experience to provide a recording precipitation gauge that will satisfy the requirements above. If there are areas of the requirement that your company and/or perspective team cannot meet, please identify those areas in your response along with amplifying information as to why your team cannot meet the government�s request. Specifically, any interested parties are requested to provide the following information: 1.�������� Name of Company, address, and DUNS number 2.�������� Point of contact name, email, and phone number 3.�������� Size of Business according to NAICS Code: 334519- Other Measuring and Controlling Device Manufacturing; size standard, 500 employees. 4.�������� Any General Service Administration (GSA) schedule, Government Wide Acquisition Contract (GWAC) or Multiple Award Contract numbers and information that allow for the ordering of dew point sensors. 5.�������� Positive statement of your interest in this procurement as a prime contractor. 6.�������� Description of your capabilities, qualifications, and experiences that might fill this requirement: a.�������� Organized by the requirements areas listed above b.�������� What recording precipitation gauge has your company provided within the last three (3) years? c.�������� Do you currently have a contract with any other Federal Agency for this type of requirement? d.�������� Do you have a commercial catalog for related recording precipitation gauges? e.�������� What new recording precipitation gauge do you plan to offer in the future that might affect this requirement? f.��������� What experience does your company have as a prime contractor managing the efforts of one or more sub-contractors supporting a Federal Agency? g.�������� Do you offer discounts to your customers? h.�������� Describe your capabilities, knowledge and expertise in recording precipitation gauges and meteorological monitoring. i.��������� Describe your capabilities, knowledge and expertise in meteorological requirements j.��������� Identify any risks or impediments to successful performance of the requirements that you anticipate. k.�������� Describe your testing process to ensure the accuracy and durability of your system. m.������� What is the life expectancy of your system? n.�������� How many years of logistical support do you plan for your system? o.�������� Do you offer a maintenance contract for repairs or instrument upgrades? p.�������� Do you give the end user the ability to update the firmware and/ or software? q.�������� What warranty do you provide for the system?� Please state the terms. r.��������� In what country is your system manufactured? s.��������� Provide a price list of your meteorological systems and if they are on GSA schedule. Responses are to be submitted electronically (not to exceed 25 pages; including appendices, diagrams, and examples using one inch margins, and pages numbered consecutively).� Submit responses electronically (using PDF or Microsoft Word) no later than 12:00 pm eastern, May 2, 2020 to the Contract Specialist Margaret Williams, margaret.williams@noaa.gov. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. All data received in response to this RFI notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. At this time no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website, FBO.gov. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this RFI will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/687ff46909d94874aa706a7eb7e9c682/view)
 
Place of Performance
Address: Silver Spring, MD 20910, USA
Zip Code: 20910
Country: USA
 
Record
SN05607815-F 20200403/200401230148 (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.