SOURCES SOUGHT
66 -- UPGRADE AND REPAIR OF DOPPLER RADAR
- Notice Date
- 7/16/2014
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- 0010544775-0001
- Response Due
- 7/28/2014
- Archive Date
- 9/14/2014
- Point of Contact
- Patricia S Natividad, 435-831-3429
- E-Mail Address
-
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses must be submitted no later than 10:00 A.M. (Mountain Standard Time), Monday, 28 July 2014. To evaluate the condition of the two weather surveillance Doppler radars and to upgrade the two systems to dual-polarization capability with modern, state-of-the-art components with sufficient quality of hardware, computer resources, and software. Please review the Performance Work Statement (PWS) in its entirety for requirement specifics. Extraction from the PWS: 3.1 X-Band radar evaluation: Complete evaluation of the operational status of the X-Band radar to include transmitter, receiver, UPS, pedestal/antenna/lift mechanism, electronics shelter, feedline, signal processor, and computer system and software. Provide evaluation report and quote for repairs (including all labor, travel, equipment, parts, etc.). Provide quote for upgrade to dual polarization 3.2 C-Band radar evaluation: Complete evaluation of the operational status of the C-Band radar to include transmitter, receiver, UPS, pedestal/antenna, tower/radome, feedline, signal processor, and computer system and software. Provide evaluation report and quote for repairs (including all labor, travel, equipment, parts, etc.). Provide quote to upgrade to dual polarization. 3.3 The Contractor shall upgrade Doppler radar capability to dual-polarization for C-Band radar system: The upgraded C-Band radar will include the following capabilities: Dual polarization including transmitting and receiving horizontal and vertical Doppler radar pulses including necessary upgrades to the antenna, pedestal, waveguide, rotary joints, etc. Maintain current operating frequency, maintain or exceed current transmitter power and range. State-of-the-art digital hardware and software to process the dual polarization signals (signal processor electronics and firmware). State-of-the-art computers that can run the latest software release to further process the dual polarization signals into meteorologically relevant quantities including, but not limited to, clutter filters, reflectivity factor, Doppler radial wind velocity, spectrum width, correlation coefficient, differential reflectivity, specific differential phase, hydrometeor classification, melting layer, dual polarization quantitative precipitation estimate, hail detection, and heavy rain detection. The system needs to run on the Red Hat Linux operating system. Remote control and monitoring capability across the DPG test network. Automatic scanning, manual scanning, and scheduling of preset and user-defined antenna scan patterns. Full suite of diagnostics and health status information. 3.5 The Contractor shall provide cost estimates for a four year extended warranty for both the C-Band and X-Band radar systems. The warranty cost estimate will provide pricing information for routine scheduled maintenance, hardware upgrades, software upgrades, and simple repairs. 3.6 The contractor shall report all contractor labor hours using the CMRA web site. RESPONSES: Qualified companies are encouraged to respond. Responses should provide the following information: Business name and address; Name of company representative and their business title; Pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); Business size as it relates to the NAICS code and size standard stated in this sources sought announcement; Contract types typically used for these types of services; and Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process. The process includes evaluating interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Quote. Interested parties should provide a statement of interest via email (attachments as necessary) at patricia.s.natividad.civ@mail.mil. Responses must be submitted no later than 10:00 A.M. (Mountain Standard Time), Monday, 28 July 2014. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. All correspondences shall reference the sources sought announcement number. The point of contact concerning this sources sought action is Patricia S Natividad, Contract Specialist (435) 831-3429, or email Patricia.S.Natividad.civ@mail.mil. Contracting Office Address: MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000 Place of Performance: Dugway Proving Grounds, Dugway, UT 84022
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3be3ec21088a3d9049686055cfe1a0c8)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03427414-W 20140718/140716235237-3be3ec21088a3d9049686055cfe1a0c8 (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 |