SOLICITATION NOTICE
59 -- Doppler Sodar System Model 2000
- Notice Date
- 5/9/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-07-Q-80089
- Response Due
- 5/18/2007
- Archive Date
- 8/18/2007
- Description
- This is a non-competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTRS57-07-Q-80079 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-16. The NAICS Code is 334519 and the Small Business size standard is 500 employees. This sole source announcement constitutes the only solicitation. The Government intends to award a Firm Fixed-Price Purchase Order on a non-competitive basis to Atmospheric Systems Corporation, Santa Clarita, CA. The Volpe National Transportation Systems Center (Volpe Center) has a requirement to purchase a Doppler Sodar System (DSS). The Model 2000 DOPPLER SODAR SYSTEM (DSS) is designed to produce high quality wind and turbulence data from the atmospheric boundary layer, and offers specialized customization to the system for specific sets of measurement requirements. Currently there exists a need in the wake turbulence program to expand the suit of sensors for both wind and turbulence measurements. The DSS shall be configured as a 3-axis system on tilt stands. It shall be fully network configurable and is able to support the data storage devices for a PC such as large HDD, jump drives. It shall have horizontal wind measurement capability reaching minimal height of 1000 feet more than 90 percent of the time, and at the same time shall have the control software capability to save the raw data for further post-processing of turbulence measurements. The contractor shall provide training in-house and at field site. They shall also provide maintenance service for 12-months. The DSS shall output the following data in tabular format at each sampling altitude: Three wind components (one vertical and two horizontal); Standard deviation of each of the wind components; Horizontal wind speed and direction vertical velocity and sigma w; Signal to noise level for each component Scalar Gust speed and direction; Backscattered signal intensity for each component; Background noise level intensity for each component; Mixing height, inversion top, inversion strength; Stability estimate. In addition to these basic specifications, the DSS shall be: (1) Minimum pulse width: 10 millisecond pulse length; (2) Time series produced from the system: Flexibility to store the raw time series, sampled at 30 KHZ. Data will be available for all 3 or 4 signals; (3) Maximum achievable pulse rate: 2 per/second; (4) Beamwidth: 10 - 13 degrees one-way beamwidth; (5) Simultaneous sampling of the 3 antennas: Software configurable; (6) Sodar configuration with horizontal winds (no vertical velocity correction) and EDR profile from the vertical antenna: Pulse width and pulse repetition time configurable for each antenna; and (7) Stability class estimate: Qualitatively categorize stability into unstable, neutral and stable. The proposal package shall include the following line item in a written quotation: (1) Doppler Sodar System (DSS) Model 2000, Quantity 1 EA, Unit Price $_______________, Total Price $_____________________. This proposed action is for commercial items for which the Government intends to solicit and negotiate with only one source under authority in FAR Part 6.302. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses received to this notice would normally be considered, solely for the purpose of determining whether to conduct a competitive procurement. A response to this announcement must be mailed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RTV-6D2, 55 Broadway, Cambridge, MA 02142 no later than 2:00 P.M. EST on May 18, 2007. FAR 52.212-1, Instruction of Offerors-Commercial Items (SEP 2006) is hereby incorporated by reference; the Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2006) are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.arnet.gov. Responses may also be sent via email to marinok@volpe.dot.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call DOT Office of Small and Disadvantaged Business Utilization at (800)532-1169 or visit their website at http://osdbuweb.dot.gov.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN01290606-W 20070511/070509220836 (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 |