Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

66 -- Ceilometers

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Ceilometers-COTS
 
Response Due
7/11/2005
 
Archive Date
7/26/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04. This requirement is being conducted on a full and open competition basis. NAICS code 423490. The National Weather Service (NWS) provides weather, water, climate forecasts, and warnings for the protection of life, property and the enhancement of the national economy. The Ceilometer provides a capability that is a critical component of this mission in that the information on cloud height from the sensor will be used to improve severe winter weather warnings of snow and ice condition, flood forecasts and warnings, support to aviation, and severe thunderstorm forecasts and warnings. The Ceilometer will be integrated into the Automated Surface Observing System (ASOS) as part of the sensor suite. Ceilometer data will be processed and included in the transmitted ASOS weather observation report and messages. The sensor shall be capable of meeting the requirement of measuring cloud heights to 25,000 feet for most sites in support of aviation, and to 40,000 feet at approximately 240 sites in support of aviation and climate requirements. This acquisition is the first of four phases: Commercial Off-The-Shelf (COTS) Evaluation, Development & System Integration, Limited Production, and Full Scale Production. The Government intends to award firm fixed-price contracts to several vendors for the COTS Evaluation phase. Evaluation will cover both 25,000 foot and 40,000 foot ceilometers. From this initial COTS purchase, the Government intends to down select to a single vendor (or possibly two if the aforementioned mix is judged to be more advantageous to the Government). Award of follow on phases will be contingent upon successful completion of this initial COTS evaluation phase. The projected ceiling of all phases is 34 million. Contractors are to submit a firm fixed price for either or both 25K and 40K ceilometers. The proposed unit price is for 2 to 5 COTS ceilometers. Proposal package to include, 2 operators manuals that are normally provided with COTS unit, 2 mounting/ installation instructions (if not included in the operators manual), 5 technical proposals, 3 cost proposals. Date of delivery 60 days after award. This is a best value procurement with technical and price being equal. The competitive range will consist of companies that have a reasonable chance of being awarded a follow on phase contract. The COTS sensors will undergo a meteorological performance demonstration for approximately six months to one year. The test sites may include: Sterling, VA Research and Development Center, Johnstown, PA (remote) test site. The meteorological performance demonstration will be an evaluation factor in the follow-on Development/Pre-Production solicitation/ contract. Empirical Test Data: The Offeror shall provide empirical test data to demonstrate the capabilities of the commercial off-the-shelf (COTS) sensor that they propose to submit. This must include comparison data that shows sensor performance in the field in a variety of weather conditions. The test data shall be in the form of test reports of field comparisons to references or reference sensors; and/or case studies of field performance in snow, icing, and other precipitation conditions. Offerors may submit empirical test data for a similar sensor if such data does not exist for the specific sensor model being proposed. Failure to provide empirical test data will not automatically exclude an offeror from consideration but will make inclusion in the competitive range unlikely. Each offeror shall identify the requirements in the Specification for a Ceilometer Sensor for the Automated Surface Observing System (ASOS) Specification Number NWS-S100-CHI-SP1000 that are not currently fully met by the offered COTS sensor and will provide a brief (2-3 sentence) description of how the offeror proposes meeting the requirement during the follow-on Development Phase. These sensors will be evaluated for compliance with those specification requirements that the offeror?s proposal states are met by the COTS unit. . Empirical test data, supporting that the COTS sensor has been demonstrated to be substantially compliant, must be provided and will be analyzed as supporting evidence. The competitive range will consist of offeror?s whose COTS sensors, after modification can be reasonably expected to fully meet all requirements of the Specification and delivered at a cost that is competitive. Place(s) of delivery and acceptance of all COTS ceilometer sensors: U.S. Department of Commerce, NOAA/National Weather Service Sterling Test Facility, 43741 Weather Service Road, Sterling, VA 20166 Attention: Michael Salyards 703-661-1241. FOB Destination. Provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. Proposals due July 11, 2005 2pm Eastern Daylight Savings Time at 1325 East West Highway, Room 15300 Attn: LaMar Carlson, Silver Spring, MD 20910. See specs at: http://www.ofa.noaa.gov/%7Eamd/solindex.shtml . This action is part of the request for industry comment posted to FedBizOpps on May 6, 2005.
 
Record
SN00835989-W 20050626/050624211749 (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.