Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOURCES SOUGHT

66 -- Wind Profiler Radar Installation National Weather Service

Notice Date
2/6/2014
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NW957650-14-01198
 
Archive Date
3/6/2014
 
Point of Contact
Mark Caban, Phone: 303-497-6875
 
E-Mail Address
mark.caban@noaa.gov
(mark.caban@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) are seeking sources capable of performing the requirements necessary for upgrading the NOAA NWS Profiler Network. The Government is especially interested in responses from SBA certified small business concerns that are capable of performing the work described within this notice. The National Weather Service's (NWS) upgrade to the National Oceanic and Atmospheric Administration (NOAA) Profiler Network (NPN) http://www.profiler.noaa.gov/npn/ improved operations began in FY 2007. The current wind profilers are vertically-looking radars, deployed and operating continuously since 1992. These radars provide upper air wind data for a variety of analytical weather forecasting tasks. The NPN measured wind profile information improves NWS operational warning and watches performance capability and improves aviation safety. The NPN currently consists of 37 wind profilers. Five of these operate at a transmitter frequency of 449 MHz. The remaining 32 operate at an experimental frequency of 404 MHz and require a frequency change to 449 MHz for continued operation to prevent interference with the 406 MHz Search and Rescue Satellite-Aided Tracking (SARSAT) transponders carried aboard the European Union's Galileo constellation of global positioning satellites. The 404MHz wind profiler operations will become severely reduced when Galileo SARSAT services become fully operational in the near future. Currently the NWS has 4 state-of-the art modern pulse Doppler 449 MHz radar systems, Detect Inc., RAPTOR model FBS-ST, in a storage area located at the National Logistics Support Center in Kansas City, MO. The NWS is interested in the installation, testing, validation, software & hardware maintenance as well as field maintenance of these four new radars. The NWS will require each system be inventoried at the NWS National Logistics Support Center in Kansas City, MO, packed and shipped and delivered to each of the four locations. Material list will be provided as part of the Request for Proposal. The four wind profilers will be installed: one at Wallops Island, VA; and the other three in Alaska- near Anchorage, Homer and Talkeetna. The Talkeetna site has an existing wind profiler, which requires removal prior to the installation of the new unit. The other three locations are new sites and require site surveys and site installation drawings. Samples of a site drawing will be provided as part of the Request for Proposal. The installation requirements include, but are not limited to: site preparation (leveling/drainage and vegetation removal, if needed), installation of supporting concrete piers, antenna frame and ground plane, antenna installation and associated RF and control cabling, installation of a perimeter fence with integrated grounding system, and applying a weed barrier under the antenna for weed control. The NWS will provide a reasonable level plot of land for the installations (typically an acre or less), with on-site access to standard commercial power and communications that will need to be interfaced with in the final configuration. Interested companies will need to have knowledge of the existing antenna phase shifters and divider enclosures as well as the most efficient process of installing these components. The actual antenna components are Yagi element arrays, each with their own phase-shifter. A physical shelter must be installed within the perimeter fence of the site. The government provided shelter will have heating and cooling capability, with easy access to the many computer and electrical components within. A state-of-art data processing and control system must be installed and maintained at each site. Interested companies must have technical knowledge and expertise to maintain and modify the existing systems and databases. Software upgrades and patches must be included at the time of installation. Following installation, routine field maintenance will be required, in addition to fault isolation and repair as needed, at each installation site. Maintenance manuals and Software documentation will be provided as part of the Request for Proposal. The NAICS code for this requirement is 334519 and the small-business size standard is 500 employees. The Government anticipates awarding a fixed-price contract for this work. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit the following information: 1) Your firm's DUNS number & CAGE code; 2) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 3) A brief description of your firm's recent past experience (within past 3 years) performing projects of a similar magnitude to the work as described above; 4) Identify from the list of major work components above those that your firm would likely subcontract out. Any subsequent contract will contain the mandatory FAR clause 52.219-14, Limitations on Subcontracting, which limits subcontracting costs to 50% of the price of the contract. The NWS is considering companies with knowledge and experience with the Detect Inc., RAPTOR model FBS-ST wind profiler. Information must be received by the Contract Specialist, Mr. Mark Caban, at mark.caban@noaa.gov by close-of-business on Tuesday, February 19, 2014. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NW957650-14-01198/listing.html)
 
Place of Performance
Address: Kansas City, MO, Wallups Island, VA, Homer, Talkeetna vacinity, Alaska., United States
 
Record
SN03283187-W 20140208/140206235247-f85d2df18f1567785db56c62e141db02 (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.