Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
MODIFICATION

16 -- Install a Doppler Radar System in Gulfstream IV Aircraft

Notice Date
4/14/2005
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-05-RP-1109
 
Response Due
5/21/2005
 
Point of Contact
Linda Stein, Contract Specialist, Phone 757-441-6573, Fax 757-441-3786,
 
E-Mail Address
Linda.C.Stein@noaa.gov
 
Description
This announcement modifies the synopsis to Solicitation EA133M-05-RP-1109 to change the Base Line Items and include Option Line Items. The contract will have one base line item for the Design of the Tail Doppler Radar System (Phase I) and option line items to include the construction, integration and system testing (Phase II), one G-IV Ground Doppler Radar System, engineering change orders, spares, repair parts and ground support equipment. Anticipated release date of solicitation is changed from on or about April 1, 2005 to on or about April 21, 2005. The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) at MacDill Air Force Base (AFB), FL, has a requirement for a tail-mounted scanning dual-beam X-band research radar system to be used on the NOAA Gulfstream G-IVSP aircraft. NOAA presently anticipates award of a fixed price contract no later than September 2005. The contract will have a design phase with Preliminary and Critical Design Reviews, followed by a construction and installation phase. The contract may also require the contractor to use earned value measurement and cost performance monitoring (EVM/CPM). The Doppler radar system will be used to obtain detailed wind field information for initialization of the National Weather Service (NWS) Hurricane Weather and Research Forecast (HWRF) model. The Doppler weather radar system shall have the following characteristics: (1) reflectivity accuracy of ~1dBZ; (2) a radial velocity accuracy of ~1m/s; (3) a vertical resolution of 1 km; (4) a maximum horizontal unambiguous range of at least 50 km; (5) a maximum rotational rate of at least 10 rpm (60 degrees/sec) to provide target horizontal (along-track) data spacing resolution of no more than 1.5km; (6) a maximum sampled gate length of 150 m; and (7) a total space displacement that permits it to fit within a new tail radome approximately 39 inches in diameter. The Doppler radar system will interface with a data path and quality control system currently under development by NOAA. In addition, a Government-provided stepped frequency microwave radiometer (SFMR) must be incorporated into the new tail radome enclosure. The aircraft is FAA certified and maintains a valid airworthiness certificate. The installation of the tail radar unit will involve physical modification of the aircraft that will affect its flight characteristics and weight balance. Such modifications must be accomplished in conformance with the original equipment manufacture’s flight envelope specifications and must comply with FAA certification requirements for the specific aircraft type and mode of operation. The modified G-IV aircraft is required to comply with Federal Aviation Administration regulations in the Code Federal Regulations (CFR) Title 14, Part 25, 14 CFR Part 36 and 14 CFR Part 91. The original equipment manufacturer has retained most rights in data for the aircraft. Performance of this work must be accomplished so as to have as little impact as possible on availability of the G-IV aircraft to perform mandated hurricane, winter storm and other meteorological reconnaissance and research. Windows of availability of the aircraft for modification and testing exist for 2-3 months in the late Spring and 1-2 months in late Fall of each year. Delivery of the complete tail radar installation is required not later than July 2007. This requirement will provide for data collection and characterization by NOAA during the 2007 hurricane season, with full system certification and operational use in the 2008 hurricane season. NOAA anticipates establishment of a ground mockup system at AOC in order to facilitate Doppler radar system testing and integration with the SFMR and data collection systems. In order to ensure that small businesses have a fair opportunity to participate in this acquisition, NOAA will use the Small Business Cascading Evaluation Preference Process. This cascading set-aside preference provision is included in this Request for Proposals to notify large businesses that, if a sufficient number of eligible small businesses submit highly qualified offers; large businesses may not be considered for award. The Government reserves the right to make either a full set-aside award or a partial set-aside award depending on the number and acceptability of responses received from small businesses in the evaluation. The Department of Commerce (DOC) requires that all contractors doing business with Government be registered in the Central Contractor Registry (CCR). Award cannot be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.ccr.gov. In order to register, all offerors must have a Dun and Bradstreet (D&B) Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/product/eupdate, or by phone at (800) 333-0505. The solicitation, notice and all amendments will be posted and available for viewing and downloading on the Government Electronic Posting System (FedBizOpps) site at www.fedbizzzopps.gov. No paper copies will be issued. No telephone, facsimile or written requests will be accepted. When the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The solicitation will be issued on or about April 1, 2004. Interested businesses are asked to notify the contracting officer that they have downloaded the solicitation via e-mail. Please include complete name of company, address and phone number. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/EASC/EA133M-05-RP-1109/listing.html)
 
Place of Performance
Address: Performance will be accomplished at Contractor's facility and at NOAA AOC, MacDill Air Force Base, FL
 
Record
SN00809958-F 20050519/050517213841 (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.