Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

58 -- Phased, Doppler Interferometer

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T0CZ5129A200
 
Response Due
6/10/2005
 
Archive Date
9/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center (AAC)/96 Contracting Squadron, Eglin AFB, FL, intends to solicit and award a Firm-Fixed Price, Brand Name or Equal, contract utilizing 100% Small Business Set-Aside. This will be for Phased Doppler Interferometer with Transport Cases and Glass, Laser Protection. Evaluation will be based on price and related factors within this synopsis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quotation is being requested, and a written request for quotation will not be issued. The announcement number is F1T0CZ5129A200. The North American Industry Classification System (NAICS) code for this acquisition is 334513, with Small Business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for, CLIN 0001, One, Each (1), Phased Doppler Interferometer System.1. The instrument shall be a laser interferometer suitable for measurement of particles found within icing clouds with the following ranges of conditions; Particle Sizes: 2 to 1,500 microns; Liquid Water Content (LWC): 0.01 to 5.0 grams water per cubic meter air; Temperature: -30 to +32 degrees Fahrenheit; Wind Speed: 5 to 300 miles per hour; Minimum Cloud Duration: 1 hour. 2. The instrument shall be able to simultaneously determine both size and velocity of particles within icing clouds, which range in size from 2 to 1,500 microns at a sampling rate not less than 250,000 drops per second. 3. The instrument shall be a single particle counting instrument (not using laser diffraction for ensemble particle characterization), utilizing phase Doppler interferometer based on light wavelength (not scattering intensity), or 1-D or 2-D droplet imaging technology, or may be a combination of these. 4. The instrument shall have a particle measuring inaccuracy of not more than +/-0.5 microns, shall have a particle measurement resolution of within +/-0.5 microns, and shall have a particle velocity measurement inaccuracy of not more than +/-0.1%. 5. If the instrument requires the use of more than one sampling probe (because of sizing range), it shall be able to capture data from all probes, either simultaneously or by multiplexing, and through software, combine the data from all probes into a single particle size distribution which represents a total sampling time of not more than 5 seconds (unless this is a user-selectable variable and the user desires a longer averaging time). 6. If the instrument utilizes more than one sampling probe (because of sizing range), all probe heads of adjacent size range shall having overlapping size range of not less than 50 microns. 7.If the instrument uses multiple sampling probe heads, the sample volumes of all probe heads shall be restricted to an area not larger than 6 inches wide by 6 inches high. Additionally, no probe's sampling volume shall be closer than 6 inches from the mounting flange of any probe head. 8. All probe head components shall be securely affixed to the probe head to preclude the possibility of vibrating loose or being detached by winds with minimum 300 mile per hour velocity. 9. All probe heads shall either use stainless steel for exterior surfaces or be painted and sealed to prevent intrusion of cloud liquid water from entering the interior. Exterior surfaces shall avoid aluminum unless anodized and painted. 10. Probe head mounting flange boltholes shall be countersunk to allow for flush-mount fasteners (i.e. to avoid bolt heads in the open flow near the area where measurements are to be made). 11. Total weight of all probe heads combined shall not exceed 20 pounds (cabling and fasteners excluded). 12. The instrument shall be able to calculate from the combined particle size distribution, the median volume diameter at a rate not slower than once every 5 seconds and shall be able to graphically display the particle size distribution. The instrument shall also be able to graphically display as a running electronic strip chart, the calculated values for MVD and velocity. 13. If the instrument uses an optical array probe as one of the probe heads, the system shall be able to store and display graphical images of the measured particles. 14. The instrument shall provide a real-time output (either digital or analog) of the measured particle velocity. If the output is analog, it shall be either 4-20 ma or 0-10 VDC. 15. The instrument shall be able to capture data and average for longer periods of time, up to averaged sampling times of at least 60 seconds. 16. The instrument shall require factory calibration not more than once per year. 17. The instrument shall be able to accept an input (such as index of refraction) for selection of measurements of particles other than water (such as glass micro spheres). Specifically, if glass micro spheres were used for field verification of the calibration, and the instrument's sizing process makes use of the index of refraction of the particles, then the instrument shall be able to accept an input from the user for the index of refraction for the specific micro spheres to be used for the verification and the instrument shall make use of this input in the sizing process. 18. The instrument shall be able to be assembled, aligned, and ready for use from a storage mode in not more than 4 hours. 19. The instrument shall incorporate probe heads, which are aerodynamically shaped; specifically, all leading edge surfaces must be rounded and all trailing edges tapered smoothly to an edge no wider than 1/32 inch. 20. The instrument shall incorporate probe heads, which are electrically heated to prevent ice accretion in all clouds as specified in 1 above. Additionally, the instrument shall be designed such that activation and use of such electrical deice heating shall not influence the measurement accuracy. Additionally, use of such electrical deice heating shall be designed such that it self-regulates temperature and AUTOMATICALLY prevents damage if the system is left in the DEICE mode and the wind speed decreases to zero velocity for at least one hour. 21. The instrument shall be configured such that the probe heads may be located a minimum distance of 150 feet from the display components. Additionally, if the instrument requires any other components other than cabling between the probe heads and the display unit, those components shall be housed in not more than one enclosure. Such an enclosure shall be located not less than 20 feet from the probe heads. Such an enclosure shall be watertight and suitable for immersion within all icing clouds specified in 1 above. The enclosure is NOT required to be capable of remaining ice-free. 22. The instrument may use fiber optic cabling inside probe heads, enclosures, or display units, but shall avoid the use of fiber optic cables for the connecting cabling between these components. Additionally, all cabling between major components shall be incorporated into the minimum number of sheaths. 23. All operation of the instrument shall be accomplished from the display unit or associated computer once assembly, power-up, and alignment is complete (i.e. system is ready to measure cloud particles). The instrument shall not require the operator to make any adjustments to devices on the probe heads or other enclosures other than those physically located on the display unit or associated computer. 24. If the system requires any other power source than 110 VAC, 60 Hz, the appropriate power supplies shall be included as part of the system. 25. The instrument shall be delivered with a manual incorporating complete written assembly and operating instructions, minimum one year warranty from date of delivery, a pair of protective eyewear which is designed for protection from the specific laser used in its design, storage cases suitably lined to protect the components for long term storage and convenient transport or shipping. 26. The instrument and associated accessories shall be delivered not more than one year from the date that the contract was let. CLIN 0002, One (1) Set, Transport Cases for ship and storage of complete system (7) pieces in SET. CLIN 0003, Four (4), each, Laser Protection Glass. If you are offering an or equal you must submit complete literature for evaluation purposes. On these items, Delivery required is F.O.B., Eglin AFB, and FL within two weeks after award. Final inspection will be at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This award will be based on price, past performance, best value. And all points listed in this offer. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (01/99), 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and price related factors); (1/05), 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address) at Full Text or ORCA; (10/03), 52.212-4 Contract Terms and Conditions- Commercial Items; (1/05), 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, (DEVIATION) sub-clauses that apply;(6/03), 52.219-6, Notice of Total Small Set Aside, (10/00) 52.219-8, Utilization of Small Business Concerns, (6/04), 52.222-3, Convict Labor, (4/02), 52.222-26, Equal Opportunity, (12/01), 52.222-37,Employment Report on Special Disabled Veterans, (10/03), 52.232-33, Payment by Electronic Fund (CCR); (11/91), 52.247-31, (4/84), (11/91), 52.247-34, F.O.B Destination , (4/84), 52-252.6, Authorized Deviations; DFARS, (11/03), 252.204-7004, Alt, Required Central Contractor Registration (CCR); (4/03) 252.225-7001 Buy American Act and Balance of Payment Program. (1/04), 252-232.7003, Electronic Submission of Payment Report, (3/03), 252-246.7000, Material Inspection Report. (3/03), 252-246-7001Contract terms and conditions required to implement statues or Executive Orders applicable to Defense acquisitions of Commercial Items. (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: FA2823 (850) 882-9348: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: robertl.campbell@eglin.af.mil: 2. Acceptor: robertl.campbell@eglin.af.mil: 3. Contract Administrator: gwendolyn.quinn@eglin.af.mil: Contracting Officer: herbertb.hill@eglin.af.mil: Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 2:00 PM., Central Time on 10 June 2005. Anticipated award date is ten days after the due date. Send all packages to 96 CONS/MSCB, Attn: Gwendolyn Quinn, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-4916 or email at gwendolyn.quinn@eglin.af.mil or lillie.loggins@eglin.af.mil
 
Place of Performance
Address: 46 Test Wing/TSRML, BLDG 33, EGLIN AFB, FL
Zip Code: 32542
Country: U.S.A
 
Record
SN00816201-W 20050528/050526211916 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.