SOURCES SOUGHT
30 -- Azimuth Rotary Joint
- Notice Date
- 9/6/2018
- Notice Type
- Sources Sought
- NAICS
- 333514
— Special Die and Tool, Die Set, Jig, and Fixture 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
- NWWG3400190002SB
- Archive Date
- 10/10/2018
- Point of Contact
- Sue Bratton, Phone: 303-497-6155
- E-Mail Address
-
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Furthermore, those who respond to this NOTICE should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - ONLY IF a request for an acknowledgement is requested by the submitter. This notice does not commit the Government to contract for any supply or service. NOAA is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future solicitation. The information provided in this notice is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. Any information that the vendor considers proprietary should be clearly marked as such. REQUIREMENT NOAA's Acquisition & Grants Office, Western Acquisition Division-Boulder, in support of the National Weather Service (NWS) is conducting market research to identify potential vendors to: (1) develop and implement design modifications to an existing rotary joint design, or (2) propose a modification of another existing design to meet WSR-88D requirements. The current azimuth rotary joint design was introduced as part of the implementation of the dual polarized radar modification on all 160 WSR-88D (NEXRAD) radars operated by the NWS, DOD, and FAA. The current rotary joint design does not meet WSR-88D specifications for performance or reliability. Rotary joint failure symptoms/causes include missing wedges of data associated with its IF channels (Ch.3 and Ch.4), excessive air leaks associated with the use on non-airtight N-Type connectors, temperature sensitivity in the main stator rotor seal resulting in increased leakage in cold weather, and failure of various bearing assemblies attributed to heat-related hardening of bearing grease. The Government has form, fit, and function data on the rotary joint, only, as the design is proprietary to the Original Equipment Manufacturer (OEM). In lieu of a complete technical data package, the NWS is prepared to provide qualified offerors with a quantity of units that can be disassembled and analyzed. For those offerors proposing a different design, the Government favors and existing design that can be modified to meet WSR-88D requirements rather than a completely new development. The primary objective of this procurement would be to award the replacement of the entire inventory of the existing Az Rotary Joints used in the WSR-88D radar. This would likely be accomplished by attrition. As units fail, they would be replaced by re-designed or new units provided under the subject contract. Total quantity to be provided would be 220. PURPOSE a. To determine industry capabilities to fulfil the aforementioned requirement. b. To determine size standard of vendors capable of fulfilling the aforementioned requirement. c. To identify any special requirements associated with this industry. d. To obtain a rough order of magnitude (ROM). RESPONSE FORMAT In order to better assist in the review of submittals to this notice, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or.docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5" by 11" paper and shall not exceed ten (10) pages in length, including images, data displays, charts, graphs, and tables. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this NOTICE. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Submissions in response to this notice shall not exceed five (5) pages. The ROM is not included in the page count. RESPONSE DEADLINE AND REQUESTED INFORMATION Responses to this notice should be submitted in the form of Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than 2:00pm MT, Tuesday, September 25, 2018 to: • Contract Specialist: Sue Bratton at Sue.Bratton@noaa.gov and • Contracting Officer: Bianca Blau at Bianca.H.Blau@noaa.gov Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement. The statement of capability shall also include the information listed below: 1. Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). 2. Single point-of-contact name, title, telephone, and email address. 3. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov/portal/public/SAM/). 4. Applicable NAICS code under which the company customarily does business. 5. Business size for NAICS Code and socio-economic status, if qualified as one or more of the following: a. 8(a) firm (must be certified by SBA) b. Small Disadvantaged Business (must be certified by SBA) c. Woman-Owned Small Business d. HUBZone firm (must be certified by SBA) e. Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) 6. A description of the firm's ability to perform the work and any other information you believe to be important and relevant to the purposes of this notice. The responses received will assist NOAA with identifying the number and nature of the entities that consider themselves feasible technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this request, or in support of activities associated with this notice, shall be the sole responsibility of respondent. NOAA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this notice. Responses to this notice will not be returned. INDUSTRY DISCUSSIONS Some respondents may be asked to provide additional information regarding the matters addressed in this notice. Such requests will be provided approximately 4 weeks following the deadline to respond to this notice. Those respondents will be contacted directly if there is a need for further information. QUESTIONS Respondents may submit questions regarding this notice to the contact(s) listed below. Responses to questions may be posted on FEDBIZOPPS. Please send any questions you may have to the Contract Specialist, Sue Bratton at Sue.Bratton@noaa.gov and Contracting Officer, Bianca Blau at Bianca.H.Blau@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWG3400190002SB/listing.html)
- Record
- SN05075106-W 20180908/180906231328-8837e957e8644f1422a79caa23f73b12 (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 |