SOLICITATION NOTICE
66 -- Liquid and Total Water Sensor Upgrade for P-3 Aircraft at AOC/NOAA
- Notice Date
- 3/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133M-06-RP-0113RFA
- Response Due
- 4/14/2006
- Archive Date
- 5/2/2006
- Small Business Set-Aside
- Total Small Business
- Description
- NOAA, Aircraft Operations Center (AOC) located at MacDill AFB, Florida operates two P-3 aircraft in the support of atmospheric research. Each aircraft measures and records a variety of atmospheric parameters including liquid water content (LWC), total water content (TWC) and ice water content (IWC). AOC currently uses two types of sensors for this measurement: a King model LWC-100 and a J&W model LWH. Both units measure water content using a heated wire technique. These sensors cannot withstand the heavy precipitation and icing encountered during hurricane research flights. A more accurate and robust design is needed to provide accurate liquid, ice and total water measurements. Two accepted methods for measuring LWC/TWC are available, optical (droplet size/counting) and hot-wire instruments. Optical sensors require an independent instrument comparison for absolute calibration, have an unknown response in mixed-phase situations (presence of water and ice), and tend to be larger instruments requiring special mounting considerations. Hot wire instruments provide a fundamental measurement not requiring an independent instrument comparison for calibration (although several error sources must be considered including: measurements of the probe sensor area, resistance of sensor wire at operating temperature, various empirical constants in the heat transfer equations, and collection efficiencies of the wire). Wire elements come in two types, wire wound and solid wire. Hot-wire instruments utilizing the wire wound method make use of a fine wire wrapped around a solid core as an integral part of the sensor design. Exposure of the sensor to heavy precipitation and icing during flight results in damage to the wire and sensor failure. Replacement wire elements are expensive and replacement is labor intensive. Solid wire sensors use a thicker gauge solid wire, nickel or stainless steel, to measure water content. This sensor design is less likely to be damaged by icing or heavy precipitation. The replacement instrument must be a constant-temperature, hot-wire probe designed for aircraft measurements of ice and liquid water content using stainless steel solid wire elements. It must be capable of withstanding the harsh environment encountered by aircraft during hurricane research missions and meet strict size, power and weight limitations. The instrument must be capable of measuring over a wide range of medium volume droplet (MVD) sizes to include super-cooled large droplets (SLD). Capabilities must include the detection and measurements of ice crystals over a wide range of altitudes and airspeeds. The sensor will be mounted on the aircraft fuselage in place of LWC/TWC sensors currently in use, therefore must be similar in size, fit and form. Instrument must provide accurate liquid and total water content measurement from 0-10 gms/m3 at true airspeed up to 150 m/s over a flight level of 0 to 45,000 ft. To meet aircraft operational requirements the instrument must require little maintenance and have long term dependability. Instrument should not require pre and/or post flight calibration or labor intensive operation. Serial output data must be in a usable form for real time display and collection and not require post processing. Data stream must include LWC, TWC and IWC measurement values.The Government may purchase up to four additional sensor systems within nine months of base award. Delivery shall be in October 2006. The Government intends to award a contract to the responsible offeror whose offer represents the best value to the Government IAW Federal Acquisition Regulation Part 12, Commercial Items and Part 15, Contracting By Negotiation. This acquisition is restricted to small business only. Solicitation issue date is expected by end of April 2006 with contract award expected by end of July 2006. All responsible sources may submit a proposal which will be considered by the agency. CRAD requires all contractors doing business with this office to be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site:http://www.ccr.gov. In order to register with CCR and be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun and Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the Online Representation and Certifications Application (ORCA) is required. It can be accessed at http://www.orca.bpn.gov. All parties interested in receiving a copy of the solicitation must submit a written request to the attention of Ronald Anielak, at the address stated herein, or e-mail to ronald.f.anielak@noaa.gov, within 15 days from publication of this notice. Facsimile requests will be accepted at (816) 274-6993.
- Place of Performance
- Address: TBD
- Record
- SN01016857-W 20060331/060329211853 (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 |