Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOURCES SOUGHT

K -- Precip Accumlation Sensor

Notice Date
5/18/2010
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FBOPRECIPACCUM051810
 
Point of Contact
Jody L Lindley, Phone: 801- 586-9128
 
E-Mail Address
jody.lindley@hill.af.mil
(jody.lindley@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Precipitation Accumulation Sensor For planning and information purposes the Ogden Air Logistics Center, 500th Combat Sustainment Systems Flight (500 CBSS/GBLG) is seeking sources to provide a modification solution for the precipitation accumulation sensor. The modification shall decrease excessive precipitation reporting caused by over tipping of the AN/FMQ-19 Meteorological Station (AMS) precipitation accumulation sensor, CES part number 1205130008. This effort will apply to US Air Force and US Army locations in the US, Europe, Asia, and the Middle East with fielded AN/FMQ-19 weather systems, including one mockup. Actual replacement of the current sensor (with the modification) may be an option. Solutions must meet AN/FMQ-19 Technical Requirement Document requirements as well as the Unified Fielding Code (UFC) for siting airfield systems, UFC 3260-01. The anticipated contract period is for 24 months after notice of award. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. In accordance with FAR 15.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the SEC's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. All responses to this RFI shall be submitted via email to jody.lindley@hill.af.mil no later than 26 May 2010. No telephone inquiries will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. The NAICS code for this requirement is 334519. If submitters believe a different NAICS code would apply for this effort, they may indicate alternate NAICS' code(s) along with the rationale for use. The Government will consider a small business set aside if there are 2 or more capable small businesses interested in this effort. Note ZENOSOFT ® 3200 Data logger is a registered trademark of Coastal Environmental Systems, Seattle, WA. Airport Weather Advisory ® (AWA) ® is a registered trademark of Mesotech International Inc, Sacramento, CA. The Government did not procure specifications or drawings for the AN/FMQ-19, and does not have data rights to the Technical Orders. The Government Program Office will be unable to provide technical assistance to successful Offerers. Background The current precipitation accumulation sensor is subject to excessive tipping during high wind and possible vibration events. This gauge is configured by Coastal Environmental Systems to fit the AN/FMQ-19 Automatic Meteorological Station (AMS) configuration managed sensor pole. Market Research Survey There is no requirement or limit on responses to any individual question/request below, but please limit your overall response to a cumulative total of twelve (12) pages for all questions. Company Information Name of Contact: ____________________________________________________________ (Please Print or Type) Title/Function: ______________________________________________________________ Name of Co: ________________________________________________________________ Address: ____________________________________________________________________ Phone #: __________________________ FAX #: ____________________________ E-Mail Address: _____________________________________________________________ Cage Code: 1. What is the NAICS size standard of your business? Technical requirements are as follows: 1. Describe how your company has the capability to conduct an Engineering Study on why the current precipitation accumulation sensor has excessive tipping. 2. Explain if your company will be able to come up with a solution to help reduce tipping on the current precipitation accumulation sensor. 3. Identify if your company's solution is considered commercial or noncommercial. 4. Address if your company's weather equipment will be adequately supported to be stable during high winds, and be able to support system, ice and wind loads. 5. If the sensor needs to be replaced, will your company be able to make sure the new sensor will properly interface with the AN/FMQ-19 Field Data Collection Unit (FDCU) ZENOSOFT ® firmware and meet the attached Supporting Documentation (See Attachment I below)? 6. Explain how your company will conduct a site acceptance test of your solution, demonstrating correct precipitation reporting through the Terminal Data Collection Unit (TDAU) Airport Weather Advisor ® software client. 7. If the solution is to replace the current sensor, explain how your company has enough space in their facility for stock, store, issue the required material? 8. Units must be kept in current location. Please identify how your company will be able to keep the current sensor pole in place without needing to replace. 9. Sensors are located worldwide in 110 locations. Is your company able to fix all sensors in all locations? 10. Offeror must demonstrate past success with product or like products. For Planning and Information Purposes 1. Does your organization intend to be the prime contractor for this effort or a sub-contractor? 2. What is your organization's socio-economic status (large, small, veteran-owned, etc)? 3. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload. ATTACHMENT I - SUPPORTING DOCUMENTATION Liquid Precipitation Accumulation Sensor 1. The liquid precipitation accumulation sensor shall be capable of measuring the amount of precipitation accumulation within a range 0 to 3 in/hr accumulation; able to measure liquid precipitation amounts and the water equivalent of freezing and frozen precipitation; resolution 0.01 in; accuracy +/- 0.02 in or 5% of the hourly total (whichever is greater); accumulation reporting hourly, 3, 6, 24 hr synoptic times, midnight LST. Measure freezing rain accumulation rates greater than or equal to 0.01 in/hr. 1.1. The sensor shall operate in temperatures: from -62 *C to +54 *C. 1.2. The sensor shall be able to be stored/transported in temperatures: from -51 *C to +60 *C. 1.3. The sensor shall operate in relative humidity: 0% to 100%. 1.4. The sensor shall operate in winds: Up to 115 knots. Reliability, Maintainability, and Availability (RMA) Requirements 2. The OS-21 FBS shall meet or exceed the following requirements: 2.1.2 Availability (Up-time Ratio [UTR]). The sensor shall have a designated UTR for the critical path of 96%. UTR is expressed as: UTR = (total operating hours - total down-time) / (total operating hours) 2.1.3 Reliability (Mean Time Between Critical Failure [MTBCF]). The sensor shall have a designated MTBCF. MTBCF is a measure of the average time between failures of mission-essential system functions. A critical failure is a failure that prevents the system from performing its assigned mission to observe, process, store, and transmit data for more than one (1) hour. This includes all critical hardware and software failures that occur during mission and non-mission time, and is expressed as: MTBCF = (number of operating hours) / (number of critical failures) Must have a MTBCF of at least 2,200 hrs. System Diagnostic Capability 3. The sensor shall be able to self-detect performance degradation to avoid reporting incorrect data. To support this mission, the sensor shall have two- (2) levels of diagnostic capability: continuous self-testing that runs automatically, and specific tests plus sensor dialogue that are run on demand by an operator/technician. Continuous Self-Test 4. The continuous self-test shall check all electronic LRU functions for the FDCU, TDAU, sensors, buses, and communications. 4.1 Equipment status and performance shall be automatically and continuously analyzed to determine trends signifying degraded operation. 4.2 Error messages shall be displayed on the Operator Interface Device (OID) and include interpretation and advice in English, detailing specifics on failures, actions required, identification of marginal or degraded system operation, and identification of specific LRUs which need to be replaced. 4.3 The self-test shall be designed to detect an out-of-tolerance condition that is specified by a manufacturer or developed by the contractor. Built-In Test Equipment (BITE) 5. In order to isolate the failure to a LRU, the maintenance technician may use this additional level of diagnostic capability. This would include a provision for direct dialogue with sensors. The technician shall be able to operate BITE remotely from the TDAU. Siting 6. Sensor siting shall be in accordance with Unified Fielding Code (UFC) 3260-01. References: FMQ-19 TRD 23 April 2004
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FBOPRECIPACCUM051810/listing.html)
 
Place of Performance
Address: US Air Force and US Army locations in the US, Europe, Asia, and the Middle East, United States
 
Record
SN02152775-W 20100520/100518235038-7ccdd0041a0a92cdf4a28ec55fb337a3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.