Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2022 SAM #7644
SPECIAL NOTICE

66 -- LARGE APERTURE SCINTILLOMETER, PATH REDUCTION APERTURE FOR BLS900

Notice Date
11/2/2022 3:04:03 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-23-Q-0003
 
Response Due
11/7/2022 2:00:00 PM
 
Archive Date
11/07/2022
 
Point of Contact
DARREN DAVIS, Phone: 2027670110, Fax: 2027670367
 
E-Mail Address
DARREN.DAVIS@NRL.NAVY.MIL
(DARREN.DAVIS@NRL.NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�NOTICE OF INTENT TO AWARD A SOLE SOURCE This Notice of Intent is not a request for competitive proposals.� This is not a solicitation or request for offers. �No solicitation package is available and telephone requests will not be honored.� Only one responsible source and no other supplies or services will satisfy agency requirements.� The Naval Research Laboratory (NRL) intends to award a sole source purchase order to ����������������������������to furnish: required source or brand name, and the required delivery date/period of performance.)� We require a scintillometer to measure atmospheric turbulence, Cn2, heat flux and crosswind over a range of distances (0.1 to 6km) to support the Moisture and Aerosol Gradients / Physics of Inversion Evolution (MAGPIE) Defense Research Initiative (DRI) from late 2022 through 2023.� We specifically request a Scintec BLS900 to ensure complete compatibility with existing Navy Scintec BLS900 datasets from HEL WS test events, and with the Naval PostGraduate School (NPS) Scintec BLS900 which will be co-deployed in Monterey, CA, then in the Caribbean in 2023.� The deployment is intended to investigate heterogeneity in the Marine Layer and Marine Boundary Layer for EM/EO research via scintillometer, High Spectral Resolution Lidar, aerosol, radiation, meteorology, and satellite imagery data collection.� The scintillometer measurement regimes will involve side-by-side measurements, orthogonal measurements (90 degree offset), opposing measurements (each BLS900 deployed at other BLS900 receiver location), and solo measurements (with hot-swap capability provided by the existence of identical instrumentation, in case of instrument malfunction).� Navy High Energy Laser test events (for EM/EO research) utilize Scintec BLS900 instruments, as do our NPS collaborators.� The HEL team, and the NPS team highly recommend the Scintec BLS900 for our research, based on their extensive experience with a variety of scintillometer instruments and data, including ease of operation, data collection, analysis and QC.� The North American Industry Classification System Code (NAICS) for this requirement is �541330������� �with the size standard of �Small.� �The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640 �. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000.� Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice.� Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.�� Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. �A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. �No reimbursement for any cost connected with providing capability information will be provided. The point of contact is: Darren Davis , email:� ��������������Darren.davis@nrl.navy.mil. � Please reference this Notice of Intent number on your correspondence and in the �Subject� line of your email.� �� �NOTICE OF INTENT TO AWARD A SOLE SOURCE This Notice of Intent is not a request for competitive proposals.� This is not a solicitation or request for offers. �No solicitation package is available and telephone requests will not be honored.� Only one responsible source and no other supplies or services will satisfy agency requirements.� The Naval Research Laboratory (NRL) intends to award a sole source purchase order to ����������������������������to furnish: required source or brand name, and the required delivery date/period of performance.)� We require a scintillometer to measure atmospheric turbulence, Cn2, heat flux and crosswind over a range of distances (0.1 to 6km) to support the Moisture and Aerosol Gradients / Physics of Inversion Evolution (MAGPIE) Defense Research Initiative (DRI) from late 2022 through 2023.� We specifically request a Scintec BLS900 to ensure complete compatibility with existing Navy Scintec BLS900 datasets from HEL WS test events, and with the Naval PostGraduate School (NPS) Scintec BLS900 which will be co-deployed in Monterey, CA, then in the Caribbean in 2023.� The deployment is intended to investigate heterogeneity in the Marine Layer and Marine Boundary Layer for EM/EO research via scintillometer, High Spectral Resolution Lidar, aerosol, radiation, meteorology, and satellite imagery data collection.� The scintillometer measurement regimes will involve side-by-side measurements, orthogonal measurements (90 degree offset), opposing measurements (each BLS900 deployed at other BLS900 receiver location), and solo measurements (with hot-swap capability provided by the existence of identical instrumentation, in case of instrument malfunction).� Navy High Energy Laser test events (for EM/EO research) utilize Scintec BLS900 instruments, as do our NPS collaborators.� The HEL team, and the NPS team highly recommend the Scintec BLS900 for our research, based on their extensive experience with a variety of scintillometer instruments and data, including ease of operation, data collection, analysis and QC.� The North American Industry Classification System Code (NAICS) for this requirement is �541330������� �with the size standard of �Small.� �The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640 �. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000.� Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice.� Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.�� Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. �A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. �No reimbursement for any cost connected with providing capability information will be provided. The point of contact is: Darren Davis , email:� ��������������Darren.davis@nrl.navy.mil. � Please reference this Notice of Intent number on your correspondence and in the �Subject� line of your email.� �� �NOTICE OF INTENT TO AWARD A SOLE SOURCE This Notice of Intent is not a request for competitive proposals.� This is not a solicitation or request for offers. �No solicitation package is available and telephone requests will not be honored.� Only one responsible source and no other supplies or services will satisfy agency requirements.� The Naval Research Laboratory (NRL) intends to award a sole source purchase order to ����������������������������to furnish: required source or brand name, and the required delivery date/period of performance.)� We require a scintillometer to measure atmospheric turbulence, Cn2, heat flux and crosswind over a range of distances (0.1 to 6km) to support the Moisture and Aerosol Gradients / Physics of Inversion Evolution (MAGPIE) Defense Research Initiative (DRI) from late 2022 through 2023.� We specifically request a Scintec BLS900 to ensure complete compatibility with existing Navy Scintec BLS900 datasets from HEL WS test events, and with the Naval PostGraduate School (NPS) Scintec BLS900 which will be co-deployed in Monterey, CA, then in the Caribbean in 2023.� The deployment is intended to investigate heterogeneity in the Marine Layer and Marine Boundary Layer for EM/EO research via scintillometer, High Spectral Resolution Lidar, aerosol, radiation, meteorology, and satellite imagery data collection.� The scintillometer measurement regimes will involve side-by-side measurements, orthogonal measurements (90 degree offset), opposing measurements (each BLS900 deployed at other BLS900 receiver location), and solo measurements (with hot-swap capability provided by the existence of identical instrumentation, in case of instrument malfunction).� Navy High Energy Laser test events (for EM/EO research) utilize Scintec BLS900 instruments, as do our NPS collaborators.� The HEL team, and the NPS team highly recommend the Scintec BLS900 for our research, based on their extensive experience with a variety of scintillometer instruments and data, including ease of operation, data collection, analysis and QC.� The North American Industry Classification System Code (NAICS) for this requirement is �541330������� �with the size standard of �Small.� �The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640 �. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000.� Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice.� Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.�� Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. �A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. �No reimbursement for any cost connected with providing capability information will be provided. The point of contact is: Darren Davis , email:� ��������������Darren.davis@nrl.navy.mil. � Please reference this Notice of Intent number on your correspondence and in the �Subject� line of your email.� ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/528a3563805f4dc9913363e9f38db95e/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN06507766-F 20221104/221102230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.