Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOURCES SOUGHT

W -- Ozone Lidar

Notice Date
4/19/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80303-3328
 
ZIP Code
80303-3328
 
Solicitation Number
NRMAL-202026DT
 
Response Due
5/6/2002
 
Archive Date
5/21/2002
 
Point of Contact
Doris Turner, Purchasing Agent, Phone (303) 497-3872, Fax (303) 497-3163,
 
E-Mail Address
doris.p.turner@noaa.gov
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Environmental Technologies Lab (ETL) proposes to negotiate on a sole source basis under the authority of 41 U.S. C. 253(c)(1) with Elight Laser Systems GMBH, Warthestr 21, D 14513 Teltow, Germany to lease a stand-alone ozone lidar. ETL will be participating in the NOAA New England Air Quality and Temperature Forecasting Pilot Program. Part of this program is an observational study that will be conducted in the northeastern US in conjunction with the New England AIRMAP Air Quality Study in July and August of 2002. One of NOAA/ETL's roles in the Forecasting Pilot Program is to provide vertical profiles of ozone in the lower troposphere on a continuous basis during the month-long intensive measurement period. To fulfill its obligations, NOAA/ETL requires a lease of an unattended, stand-alone ozone lidar that is capable of measuring vertical profiles of ozone and aerosol in the lowest 2 kilometers of the atmosphere. For the success of the project it is important that the lidar data are available to other participating researchers in near-real time. The lidar will be deployed upstream of the New England study area collocated with a radar wind profiler to characterize the transport of pollutants into the New England area from sources in the Midwest and Ohio River Valley. The data gathered with the lidar will be used to verify air quality forecast models and to assess whether assimilating continuous upper-air profiles of pollutants, such as ozone and aerosols, will result in performance improvements of air quality forecast models. The lidar system to be leased shall be capable of measuring vertical profiles of ozone concentration and aerosol backscatter or extinction in the lower atmosphere. The minimum altitude at which data can be retrieved shall be 200 m above ground or less and the maximum altitude shall be approx. 2 km or more. The vertical resolution shall be on the order of 200 m for ozone concentration and 30 m for aerosol backscatter/extinction; the time resolution shall be 60 minutes or better for both, ozone and aerosol profiles. The absolute accuracy and precision of the ozone measurements shall be approximately10 ppbv or better at all altitudes. It is required that the lidar is eyesafe, operates unattended, and provides profiles of ozone concentration and aerosol backscatter/extinction continuously during the month-long intensive measurement period (except for periods of inclement weather, such as fog, low clouds, and rain). The lidar shall be a stand-alone system in a weather-protective housing, only requiring power hookup at the deployment site. Routine maintenance of the system shall not be needed more often than once a week. The lidar system shall be equipped with a computer to store the raw data at 5-minute resolution or better. The data storage medium shall be large enough to allow archival of the data from the entire, month-long experiment. It is also required that the lidar is equipped with a modem to allow data transfer to a remote location and to remotely diagnose system performance using the built-in computer. A data analysis program package allowing the retrieval of ozone and aerosol profiles shall be part of the system. The lidar to be leased (also referred to here as the "unattended ozone lidar") shall be deployed at a site in western New York State and be fully operational from 12 July through 10 August 2002. From 24 ? 28 June 2002, the lidar shall be set up and demonstrated at the NOAA/ETL laboratory in Boulder, Colorado. During this visit, intercomparison measurements between the unattended ozone lidar and the NOAA/ETL research ozone lidar shall be conducted. In addition, it is required that the vendor of the unattended ozone lidar trains NOAA/ETL personnel on how to operate the lidar, perform routine maintenance, and analyze the data. The vendor shall provide transportation of the lidar to Boulder, Colorado, from Boulder to the deployment site in New York State, and transportation away from the site in New York State. Setup, initial alignment and testing, as well as teardown of the unattended ozone lidar, both in Boulder and at the measurement site in New York State, shall be the responsibility of the vendor. NOAA/ETL personnel shall perform data transfer and analysis, as well as routine system maintenance during the measurement campaign in July and August of 2002. Any non-routine maintenance or system repairs shall be performed by the vendor and be carried out in a timely manner to minimize system downtime during the intensive measurement campaign. Expenses associated with system repairs, such as costs for parts, labor, and travel, as well as costs for consumables for the duration of the lease period shall be covered by the vendor. Payment for electrical and phone services as well as other costs associated with the preparation of the New York State deployment site shall be the responsibility of NOAA/ETL. This procurement is being conducted per FAR Part 13, Simplified Acquisition Procedures (NTE $100,000). FAR Clauses in full text are at http://www.ARNET.gov/far/ . This synopsis is issued for information only. No competitive solicitation is planned. No award will be made on the basis of request in response to this notice. Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government's best interest and must address qualifications pertinent to this requirement. Terms and Conditions and agency level protest procedures can be found on web site http://oamweb.osec.doc.gov/conops/#REFERENCE. Hard copy in full test available from office address and phone number listed in notice. Anticipated award date will be May 7, 2002.
 
Place of Performance
Address: 325 Broadway, Boulder, CO
Zip Code: 80305
Country: USA
 
Record
SN00062943-W 20020421/020419213148 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.