Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
MODIFICATION

66 -- Lidar System

Notice Date
11/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-R-0018
 
Archive Date
12/22/2012
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Lidar System FA8601-13-R-0018 SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources, including small business (SB), 8(a), HUBZone, Economically-Disadvantaged Women-Owned small business (EDWOSB), and Service-Disabled Veteran-Owned small businesses, that are capable of providing a Lidar System. Firms responding shall specify that their products meet the specifications provided below and provide detailed product information to show clear technical compliance. Minimum Requirements: 1. The Lidar system must mobile and easy to set up and use in the field. 2. The Lidar system should be furnished with an inversion layer detection algorithm and have the capability to detect planetary boundary layers and classify those layers (nocturnal, convective, and residual) in real time. 3. The Lidar system should provide an accurate determination of the extinction profile which is related to the visibility along the line of sight of the instrument. 4. The Lidar system should be able to reach simultaneously all clouds and aerosol layers up to 20km, even the highest and thin cirrus clouds in tropical regions. 5. The Lidar system should furnish real time detection of aerosol layers vertically and calculate their optical depth. 6. The Lidar system should enable the discrimination between ice and water droplets within clouds. a. Technical specifications PERFORMANCE Range min 0.4 to 20 km Accumulation time 30s Vertical resolution 1.5/15m Options 3D Scanning, cross-polarization, Nitrogen Raman auto-calibration ELECTRICAL Power supply 100/240V AC 50-60 Hz Power Consumption 750 W max with heaters ENVIRONMENTAL Temperature range -15°C to 40°C Humidity 0-100% (IP65) OPTICS, ELECTRICAL AND MECHANICS Laser type Nd-YAG solid state Eye-safety compliance EN60825-1 / ANSI-Z136.1-2007 Emitted Wavelength 355nm Output Pulse Energy 12mJ Pulse repetition Rate 20 Hz Scanning Range Horizontal: 0°-178° with 6°/second Vertical: 0°-89.9° with 6°/second Angular Accuracy 1°/10° Casing Certification IP40 or IP65 WEIGHT / DIMENSIONS (FOR BASIC CASING) Optical Head 16 kg / 650x356x190mm Electronics 20 kg / 480x500x300mm DATA Data Format ASCII/HDF/BINARY Data transfer Ethernet All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334516, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), EDWOSB, etc.). CAPABILITIES STATEMENT Interested parties must submit a Capabilities Statement that is brief and concise, yet clearly demonstrates the ability to meet the stated. The Capabilities Statement should clearly present evidence that the interested party is fully capable of providing the required service and as such may contain any information that the interested party feels is relevant. A maximum of 4 pages may be submitted, not including a cover sheet. Capabilities Statements are to be presented in accordance with the attachment to this sources sought synopsis entitled "CAPABILITIES STATEMENT." POINT OF CONTACT: Alycia Armbruster, alycia.armbruster@wpafb.af.mil, (937) 522-4601. Submit Capabilities Statements (e-mail preferred) by 11:00 a.m. Eastern Time on XX(15 days) Dec 2012. Send Capabilities Statements or other correspondence to: AFLCMC/PZIOB ATTN: Alycia Armbruster 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433-5309 Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-R-0018." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete all other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-R-0018/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, United States
 
Record
SN02939771-W 20121201/121129235120-6566e2fd4391b2816fba8c0b672797ea (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.