SOLICITATION NOTICE
66 -- Weather Station
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FAS1AA9163B001
- Archive Date
- 9/19/2009
- Point of Contact
- Christopher Griffin, Phone: 661-277-9559
- E-Mail Address
-
christopher.griffin@edwards.af.mil
(christopher.griffin@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation - F1S1AA 9163B001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARs Change Notice (DCN) 20090825. This is a Brand Name or Equal Acquisition. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6-Brand Name or Equal. NAICS is 334519 with a small business size standard of 500 employees. Delivery: 60 days ARO, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARs Change Notice (DCN) 2009-08-25. Solicitation is for commercial purchase. AFFTC/PK, Edwards Air Force Base, CA is seeking to purchase the following items as a brand name or equal purchase a: Vaisala MAWS 120. REQUIREMENTS: Item 1. One (1): Vaisala MAWS 120. The Vaisala MAWS 120 must comprise wind, temperature, humidity, pressure and solar radiation weather instruments to provide surface input for weather balloon launches. It shall include an environmental enclosure and sensors that can be mounted on an existing 12 foot, ~60 millimeter diameter mast. A data logger with GPS time synchronization and the capability of interfacing with a PC via spread spectrum radio or 150 foot data cable must be installed in the enclosure. The system must be solar powered with a backup battery in the enclosure. Additional requirements of the Vaisala MAWS 120 are: Environmental Enclosure (steel) -- Data logger with 1.6MB flash memory for data logging --- RS-232 (3 wire) and RS-485 (2 wire) ports --- RTC clock --- Compact flash card slot and extended RAM --- Removable Compact flash card 32MB with industrial temperature range --- Setup and terminal software --- Software configuration by vendor for automatic 1 minute transmit of measured and derived parameters with varied averaging intervals (see notional stream below) --- GPS receiver interface -- Isolated RS-485 module (single 2/4 wire) - GPS receiver to maintain data logger time, cables and mounting accessories - Solar panel, 20 watt, battery backup, cables and mounting accessories - External power supply for future solar panel replacement - Ultrasonic Wind Sensor -- Wind Speed Measurement range serial output 0...65 m/s (0...144 mph, 0...125 knots) analog output 0...56 m/s (0...124 mph, 0...107 knots) Starting threshold virtually zero Delay distance virtually zero Resolution 0.1 m/s (0.1 mph, 0.1 knots, 0.1 km/h) Accuracy (range 0...65 m/s) ± 0.135 m/s (±0.3 mph, ±0.26 knots) or 3% of the reading, whichever is greater -- Wind Direction Measurement range 0...360° Starting threshold virtually zero Delay distance virtually zero Resolution 1° Accuracy (wind speed over 1 m/s) ±2° -- Inputs and Outputs Operating power supply 10...15 VDC, 12 mA typical (analog) for heated model 36 VDC ±10%, 0.7 A Digital outputs RS232, RS422 or RS485 SDI-12 Standard Data Interface Analog outputs Wind speed frequency 5 Hz/mph voltage 8.0 mV/mph Wind direction simulated potentiometer 0...Vrefrepresents 0...359° -- Operating Temperature Non-heated -40...+55 °C (-40...+131 °F) Heated -55...+55 °C (-67...+131 °F) -- Stainless steel enclosure -- Not heated -- RS-485 / RS-422 / RS-232 -- Setup/configuration -- Cables and mounting accessories - Solar Radiation Sensor -- ISO Class 1 pyranometer (such as CMP6) -- Cables and mounting accessories - Pressure Sensor -- Accuracy < ± 0.3 hPA, incl. one year drift (with factory calibration) -- Pressure range 600... 1100 hPa -- Temperature range -40 °... +60 °C (operating) -- Cables and mounting accessories - Temperature and Relative Humidity -- Solar radiation shield -- Temperature Range: -40... +60 °C -- Relative Humidity Range: 0... 100 % -- Temperature Accuracy: < ± 0.3 °C -- Relative Humidity Accuracy: ± 2 %, 0... 90 %, ± 3 %, 90... 100 % -- Cables and mounting accessories - All required cabling and mounting hardware, accessories - Product manuals and system documentation - Notional transmitted ASCII data stream: 2009,2,3,23,41,223,12,25,15,22.1,-7.1,14,935.3,325.79 2009 = UTC year 2 = UTC month 3 = UTC day 23 = UTC hour 41 = UTC minute 223 = wind direction (degrees, two minute average) 12 = wind speed (knots, two minute average) 25 = wind gust speed (knots, 10 minute ASOS/AWOS gust definition) 15 = wind peak speed (knots, 10 minute absolute peak value) 22.1 = temperature (Celsius, 5 minute average) -7.1 = dew point (Celsius, 5 minute average) 14 = relative humidity (percent, 5 minute average) 935.3 = ambient pressure (millibars, 1 minute average) 325.79 = solar radiation (watts/square meter, 1 minute average) = carriage return and line feed Ship Date: 30 DARO. FOB: Destination Edwards AFB CA 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007) 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Unique Item Identification 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Chris Griffin@ 661-277-9559), no later than 4 September 2009 at 4:30pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call to verify that I have received the fax) or e-mail address: Christopher.griffin@edwards.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FAS1AA9163B001/listing.html)
- Record
- SN01938298-W 20090904/090903001636-09552eaae9236b23765ff8a450b051be (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 |