SOLICITATION NOTICE
99 -- Sodar (Sonic detection and ranging) System
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
- ZIP Code
- 99011-9403
- Solicitation Number
- Reference-Number-F20PGM32230100
- Response Due
- 9/3/2003
- Point of Contact
- Gwendolyn Mills, Contract Specialist, Phone (509)247-3135, Fax (509)247-9870, - Gwendolyn Mills, Contract Specialist, Phone (509)247-3135, Fax (509)247-9870,
- E-Mail Address
-
gwendolyn.mills@fairchild.af.mil, gwendolyn.mills@fairchild.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number, F45613-03-Q-B021, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, effective 25 August 03. The North American Industry Classification System Code is 332813. The Small Business size standard is 500 employees. This project is 100% Set-Aside for Small Business Concerns. Unit Small Business specialist is Marion Nelson, 509-247-4880; link to USAF Small Business, http://www.selltoairforce.org; link to SBA, http://sba.gov. The Doppler Sodar (Sonic Detection and Ranging) System is used to support and collect weather data for use in aircraft, fire, paradrop, and weather research operations. SODAR will provide the ability to accurately detect hazardous wind shear conditions and turbulence, temperature inversions. Improves ability to detect the onset/dissipation of mission impacting fog events. PROJECT TITLE: Purchase of sonic detection and ranging (SODAR) atmospheric remote sensing technology at Fairchild AFB, WA REQUIREMENTS: FAA approved and FCC certified in addition to the following. DETECTION RANGE and OPTIONS: Horizontal and vertical detection are required. Wind direction within 5 degrees, speed within 2 knots, and data reliability 95% up to 1000ft and 70% up to 3000ft. Maximum detectable height up to or exceeding 10,000ft. User selectable maximum and minimum height range are required. User selectable sampling increment 20-500 meters, up to 50 heights. SOFTWARE and DISPLAYS: Real-time text and graphical displays are required. In addition, time height cross sections of wind data and digital facsimile pulse data. The ability to create monthly climatology database at user defined heights and view periodic (daily-monthly) system performance. MAINTENANCE: Outdoor sensors should be heated. System performance should not be degraded during winter operations due to snow, ice, or frost conditions. Annual maintenance can be performed by the operator at a cost of approximately $1500 per year. Periodic maintenance (every 5 years) should not exceed $10,000. Major components design should allow replacement as a unit by the operator, minimizing the need for onsite technical support. OPERATIONAL ENHANCEMENTS AND BENEFITS: Fairchild AFB weather provides support to a wide variety of customers. The SODAR system is needed to support and collect weather data for use in aircraft, fire, paradrop and weather operations. SODAR will provide the ability to accurately detect hazardous wind shear conditions and turbulence, temperature inversions, ultimately enhancing warning detection capability. Also, the added benefit to improve the ability to accurately detect the onset/dissipation of mission impacting fog events The following Provisions and Clauses apply to this announcement: Solicitation provision at FAR 52.212-1, Instruction to Offerors--Commercial Items (Oct 2000) applies to this acquisition. The Government will award a contract resulting from this Request for Quote to the responsible offeror whose offer conforms to the solicitation and provides the lowest total price. FAR 52.212-3, Representations and Certifications?Commercial Items with its alternates I and II (May 2002) apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2002) is applicable to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2003) applies to this acquisition. Under paragraph (b) of FAR 52.212-5, the following paragraphs are incorporated: (5) (i) 52.219-6, Notice of Total Small Business Set Aside (June 2003), (13) Convict Labor (June 2003), (14) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Sep 2002), (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (16) 52.222-26, Equal Opportunity (Apr 2002), (17) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), (24) 52.225-13, Restriction on Certain Foreign Purchases (June 2003), (26) 52.225-16, Sanctioned European Union Country Services, and (29) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999). Under paragraph (c) of FAR 52.212-5, the following clauses are incorporated: Addenda to FAR 52.212-5 are as follows: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 1995), DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004, Required Central Contractor Registration, and DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991). FAR 52.252-2 applies to this acquisition. The fill-in for FAR 52.252-2 is as follows: http://www.arnet.gov/far or http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) is applicable to this acquisition. Under paragraph (a) the following clauses are incorporated: DFARS 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program (Apr 2003), and DFARS 252.247-7023, with its Alt III, Transportation of Supplies by Sea (May 2002). NOTE: Lack of Registration in the Central Contractor Registration (CCR), www.ccr.gov, will make an offeror ineligible for award. Quotations are due 3 September 03 by 4:00 p.m. Pacific Daylight Savings Time. Faxed or E-mailed quotations are allowed and will be considered. Submit quotations in accordance with FAR 52.212-1 and addressed to 2d Lt Jon Blide at the address indicated in this announcement. Quotations shall include the following items: 1) Pricing schedule and 2) Completed FAR 52.212-3 Representations and Certifications, with Alternates I and II (attached), The anticipated award date is 4 September 2003.
- Place of Performance
- Address: 901 W. Boston Ave, Fairchild AFB, WA. 99011
- Country: United States
- Country: United States
- Record
- SN00413803-W 20030829/030827213824 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |