Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

66 -- SCANNING ELECTRICAL MOBILITY SIZING SYSTEM (SEMS)

Notice Date
7/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NRMAP300311MS
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Michelle Sandoval, Purchasing Agent, Phone (303) 497-3983, Fax (303) 497-3163, - David Groton, Supervisory Purchasing Agent, Phone (303) 497-3107, Fax (303) 497-3163,
 
E-Mail Address
michelle.sandoval@noaa.gov, David.S.Groton@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Climate Monitoring and Diagnostics Laboratory (CMDL) is developing an aerosol sampling payload for deployment on a small airplane, which will be used for monitoring the climate-forcing properties of aerosols aloft. Measurements of the aerosol size distribution in the size range 20-800 nm diameter are required for this application, using a scanning electrical mobility sizing (SEMS) system. This solicitation is for a SEMS system that is customized and optimized for use on a small airplane, based on a differential mobility analyzer (TSI Model 3081) and condensation particle counter (TSI Model 3010-S) that will be provided by CMDL. *** Technical requirements for SEMS system: (1) sample flow rates 0.3 - 1.0 lpm; (2) sheath flow rates 3-10 lpm; (3) particle sizing range 20 - 800 nm mobility diameter; (4) particle sizing resolution: 30-60 size bins, evenly spaced on a log-diameter scale; (5) sample RH maintained below 40% relative humidity using a vendor-supplied drying system; (6) scan time: 60 sec maximum for a single scan; (7) sample pressure: 500 - 1050 hPa inlet pressure; (8) leak-free operation; (9) flow control: automatically maintain constant volume flow of sample and sheath air over entire inlet pressure range, for aircraft climb or descent rates of up to 500 m min-1; (10) DMA high voltage power supply and control to provide an output voltage in the range 0-11,000 volts with a resolution of +/- 0.2 volts (16-bit resolution); (11) basic SEMS system software that allows configuration of scan parameters (flows, voltage range, scan time) and reporting of scan results (particle number concentration during scan) to a user-supplied data acquisition system via an RS-232C serial interface; (12) size, weight, and power requirements of SEMS system shall be optimized for use on a small research aiplane. *** Optional features of SEMS system. Vendor will provide additional functionality and services, as an option to the base system, including: (a) detailed size and concentration calibration of SEMS system using polystyrene latex particles and an independent particle counter; (b) calibration of SEMS sizing and counting as a function of inlet pressure; (c) integration and flight testing of SEMS system on NOAA airplane; (d) data processing and inversion software to generate ambient number size distribution, including source code; (e) flow control refinements that allow size bins of final number size distributions to remain constant as inlet pressure changes. *** Responses to this solicitation will be evaluated based upon (1) technical merit, (2) price and (3) delivery. Technical merit will be determined using the following evaluation criteria: (a) Technical specifications consistent with NOAA's requirements above; (b) Vendor's demonstrated success in developing and deploying similar automated SEMS systems for aircraft sampling operations; (c) Size, weight, and power requirements of the SEMS system; (d) Delivery time within 6 months after receipt of order is desired, within 8 months ARO is required; (e) Portability of data processing and inversion software to a variety of operating systems is desired, operation under Linux is required. *** This small purchase (NTE $100K) is being conducted under FAR Part 12, Commercial Items. Despite incorporation of negotiated techniques, FAR Part 13.106 will govern the evaluation of responses. FAR clauses may accessed in full text online at http://www.arnet.gov/far/. Agency protest procedures are available online at http://oamweb.osec.doc.gov/conops/reflib/alp1296. *** NAICS CODE 334519. Business Size NTE 500 employees. Questions regarding this requirement must be submitted in writing (email preferred) to the attention of Michelle Sandoval, Purchasing Agent, via fax (303-497-3163) or email (Michelle Sandoval@noaa.gov) Responses to this solicitation are due no later than August 15, 2003. The anticipated award date is August 29, 2003.
 
Record
SN00376259-W 20030723/030721213331 (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.