SOLICITATION NOTICE
66 -- Coherent Doppler Lidar
- Notice Date
- 10/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-12-Q-80002
- Archive Date
- 3/7/2012
- Point of Contact
- Carl Chin, Phone: 6174942072, Robert P. Robinson,
- E-Mail Address
-
carl.chin@dot.gov, Robert.Robinson@dot.gov
(carl.chin@dot.gov, Robert.Robinson@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a 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. This announcement constitutes the only solicitation; quotes are being requested and an additional solicitation will not be issued. Solicitation No. DTRT57-12-Q-80002 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13.5, Test Program for Certain Commercial Items and FAR Part 12, Acquisition of Commercial Items. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated August 4, 2011. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire Coherent Doppler Lidars. Statement of Work: The Government intends to award up to two (2) contracts on a firm-fixed price basis as a result of this solicitation to qualified businesses, subject to receipt of acceptable quotations. An acceptable quote shall address the required specifications in its entirety. A quote that does not address all required specifications shall be considered non-responsive and will be disqualified. Award will be made to the sources whose quotes, conforming to the solicitation and specifications listed below are determined to be lowest-priced, technically acceptable to the Government. The period of performance for this contract will be from date of contract award (i.e., the effective date) through August 14, 2013. Contract award is planned to be made on or about December 23, 2011. Delivery of the first Lidar unit shall be made within 45 calendar days from date of award. A six (6) month validation/testing period of the delivered first unit shall begin from date of receipt of the first unit. The Government may exercise the option to purchase one (1) additional Lidar unit within a one year period to begin at the end of the validation/testing period. The Coherent Doppler Lidar shall meet the following requirements/specifications: 1. Pulsed Lidar system. 2. Eye-safe. 3. Minimum horizontal operating range of at least 3km. 4. Perform wind profiling measurements with a minimal update rate of once every 10 minutes. 5. Perform horizontal or 3D wind profile measurements in 10 minute intervals to an average altitude of 2000 feet. Minimum 50 percent data availability at 2000 feet without ceiling constraints in nominal aerosol loading conditions in major airport environments within the United States. 6. Number of samples between range gate centers is selectable. 7. Minimum distance between range gate centers is 100 feet or less (i.e., allowing flexible overlapping range gates). 8. Number of samples between range gate centers must be independent of Fast Fourier Transform (FFT) length. 9. 3 dB pulse width is less than 100 nano-seconds. 10. Number of range gates is user selectable and is at least 100 range gates or greater. 11. FFT length and numbers of zero padding is user selectable. 12. For each range gate, the number of spectra to be averaged is user selectable in increments of one. 13. System must perform background noise compensation before processed spectra are stored. 14. Spectra must be accessible to users and can be saved offline. 15. The number of FFT points must be user selectable anywhere in the 16 to 256 range (excluding zero padding). 16. A software switch that allows the user to choose whether to store averaged spectra data as well as raw data (I-Q time series for baseband systems/real time series). 17. Access to the monitor pulse (MP) either for line of sight (LOS) or averaged LOS, or both. 18. Resolve the direction of the Doppler shift along line of sight. 19. The measurable LOS wind measurement should encompass the -50 to +50 knots range. 20. Minimal velocity resolution of 1 knot. 21. Independently document measurement accuracy / uncertainty by comparing it with a tower-mounted anemometer. 22. Can be carried and setup by two field personnel with a nominal load per person of 100 lbs. 23. The entire system can be transported to a test site with a small SUV or a small pickup truck. 24. Nominal power usage less than 700 Watts. 25. Can operate on fuel cell for at least a month unattended. 26. Documented evidence of unattended operation (when operating from a permanent power source) and/or mean time between basic / routine maintenance of three months or better. 27. Capable of scanning in Velocity-Azimuth-Display (VAD) mode with variable elevation angles to obtain horizontal/3D wind profiles. 28. Capable of scanning in a Range-Height-Indicator (RHI) mode. 29. Networkable with external data storage options. 30. Can operate within United States airports environmental ranges of: a. 0F to 95F. b. 0 to 100 percent relative humidity. c. From Sea Level to 7000 Feet/Mean Sea Level (MSL). 31. Designed to operate in saline/marine environment - salt erosion resistant. 32. At least 0.001 radians scanner vertical resolution, with an accuracy better than.001 radians. 33. Continuous or "smear" scan data collection, i.e., the ability to set 3 (Az, El) waypoints with a speed controlled scanner to achieve the angular / vertical resolution stated in requirement no. 32. This is to define the period of an RHI scan with continuous data collection. The same "smear" scan capability shall be carried over to Plan Position Indicator (PPI) scans. 34. The system can perform "point and stare" data collection. 35. Data collection for both increasing and decreasing elevation angles are needed in RHI mode for wake vortex measurements (i.e., data collection for both upstroke and down stroke of the scanner). 36. PPI scan over a 360° range azimuth scan at a fixed elevation angle. 37. Zig-Zag scan that involves moving both azimuth and elevation motors together for special aerospace applications such as jet blast and aircraft wake vortex detection of axial flows. 38. Storage of backscatter characterization, signal-to-noise ratio (SNR) without range corrections and standard deviation of winds. 39. Scanner scheduling that allows incorporation of scheduled hard target return as part of the laser system check by the user. 40. The azimuth and elevation angles should be reported and stored for each line of sight. This data should be based on actual measurement of the scanner angles and not calculated based on an assumed scanner speed. 41. The date/time for each line of sight data should be reported. 42. The reported range gate distances shall be corrected prior to the actual emission times of the individual pulses. This must be done on a pulse by pulse basis prior to the FFT and spectral averaging. 43. When raw data output is chosen, the system should report and store the time of the first sample for each LOS relative to the emission time of the leading edge of the corresponding pulse. This is required information when raw data is to be reprocessed with accurate range gate distances. Quote: The contractor shall provide a quote on the following CLIN items: CLIN 0001 - One Coherent Doppler Lidar CLIN 0002 - One (1) year service plan to include two (2) days of training CLIN 0003 - Option 1 (One additional Coherent Doppler Lidar) CLIN 0004 - Option 1 one (1) year service plan Instructions to Offerors: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a quote which shall be considered by the Volpe Center. In addition to the written quote, offerors shall submit a technical proposal in sufficient detail to enable the Government to evaluate compliance with the requirements/specifications of the solicitation. This technical proposal shall consist of providing the following information in the specified format: 1. Technical Capability: The offeror shall describe and demonstrate the technical understanding and capability of the offeror's Coherent Doppler Lidar that achieves the requirements/specifications described above in its entirety (requirements/specifications 1-43) (Maximum five (5) pages, Times New Roman, 12 font, double-spaced). 2. Past Performance: The offeror shall provide past performance information for the Coherent Doppler Lidar that meets the above requirements/specifications in its entirety (requirements/specifications 1-43), including to whom the Coherent Doppler Lidar was sold to within the past two (2) years. Submitted past performance information for the Coherent Doppler Lidar that does not meet all requirements/specifications above shall be considered non-responsive. This information should include contract numbers, points of contact with telephone numbers and other relevant information (Maximum five (5) pages, Times New Roman, 12 font, double-spaced). The Government intends to make contract awards without discussion and advises all offerors to present their best prices in response to the solicitation. NOTE: All offerors must be registered in the Central Contractor Registration (CCR) database, https://www.bpn.gov/ccr/, in order to receive an award from the Government. The offeror's signed quote shall be prepared as either a PDF or Microsoft Word 2007 version or earlier file document and submitted electronically via email to Carl Chin at the following email address: Carl.Chin@dot.gov to arrive no later than 2:00 p.m., Eastern Time, on October 28, 2011. Offeror's quotes submitted via facsimile, U.S. Mail or by private carrier, is not authorized and late responses will not be considered. The Government will not pay for any information received. Offerors awarded a contract shall deliver their Coherent Doppler Lidar to: Frank Wang or Suzanne Chen, RVT-71 U.S. Department of Transportation Research and Innovative Technology Administration Volpe National Transportation System Center 125 Munroe Street Receiving Dock Cambridge, MA 02142-1001 Evaluation of Offers: FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award up to two (2) contracts resulting from this solicitation to the responsible and qualified business offerors whose quotes conform to the solicitation that will be most advantageous to the Government; lowest priced technically acceptable quotation. The Offeror's technical proposal will be evaluated for acceptability in accordance with the two evaluation criteria described below: 1. Technical Capability 2. Past Performance In detail, the technical criteria are: 1. Technical Capability: The purpose of this criterion is to assess the offeror's ability to meet the requirements/specifications described above in its entirety (requirements/specifications 1-43), including its technical understanding and capability to perform the required work. 2. Past Performance: The purpose of the criterion is to assess the ability of the offeror to perform successfully based upon an evaluation of its relevant past performance information that meets the above requirements/specifications in its entirety (requirements/specifications 1-43). Solicitation Provisions: All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual Online Representations and Certifications Application (ORCA) electronically at https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (n) of this provision. Contract Terms and Conditions: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2010), is hereby incorporated by reference. Additionally, paragraph (u) and (v) is added to this clause as an addendum for the Government to exercise Option 1 if it so chooses to, and to incorporate a payment clause as follows: (u) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989). The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the contractor within one year from final date of unit testing. Delivery of added item shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (v) Payments (SEPT 2011) The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. The contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover email must accompany each invoice and provide the applicable information in the fields listed below. Invoice Date: Supplier Name: Invoice Amount: Invoice Number: Contract No.: Modification No.: Terms/Discount: Performance Period: Notes: The following additional Contract Terms and Conditions are incorporated into this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: (a), (b) 1, 4, 6, 7, 13, 24, 25, 26, 27, 36, 37, 39, 43, 44, 45 and 49. Attention: 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. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone requests will not be honored. The above FAR clauses can be accessed at www.acquisition.gov/FAR/. For information concerning the acquisition, contact the contracting official above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-Q-80002/listing.html)
- Record
- SN02604805-W 20111009/111007234636-86afa32c29f09d5883b57991df2f514c (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 |