Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- LIQUID AND TOTAL WATER SENSOR UPGRADE

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133M-06-RP-0113RA
 
Response Due
7/19/2006
 
Archive Date
8/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a best value COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. This is a solicitation for the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Tampa, FL., which is being issued for the purpose of acquiring CLOUD PHYSICS PROBE WITH RS-422 INTERFACE. This combined synopsis notice constitutes the only Request For Proposal (RFP) and a written RFP will not be issued. Hard copies of the solicitation will not be available. This notice is hereby issued as RFP No. WC133M-06-RP-0113RFA. This acquisition is restricted 100% for small businesses only. The Small Business Administration size standard is 1,000 employees. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. Signed and dated proposals must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Ron Anielak, 601 East 12th Street, Rm.1756, Kansas City, Missouri 64106. Proposals must be received on or before 2:00 p.m. July 19, 2006. Proposals may be faxed to 816-274-6951 - Attn: Ron Anielak/ WC133M06RP0113RFA. Offeror?s sending a proposal via fax must follow up with one (1) original signed proposal and one (1) additional copy in the mail postmarked no later than July 19, 2006. A. Specifications BACKGROUND NOAA Aircraft Operations Center operates two P-3 aircraft in the support of atmospheric research. Each aircraft measures and records a variety of atmospheric parameters including liquid water content (LWC), total water content (TWC) and ice water content (IWC). AOC currently uses two types of sensors for this measurement: a King model LWC-100 and a J&W model LWH. Both units measure water content using a heated wire technique. These sensors cannot withstand the heavy precipitation and icing encountered during hurricane research flights. A more accurate and robust design is needed to provide accurate liquid, ice and total water measurements. Two accepted methods for measuring LWC/TWC are available, optical (droplet size/counting) and hot-wire instruments. Optical sensors require an independent instrument comparison for absolute calibration, have an unknown response in mixed-phase situations (presence of water and ice), and tend to be larger instruments requiring special mounting considerations. Hot wire instruments provide a fundamental measurement not requiring an independent instrument comparison for calibration (although several error sources must be considered including: measurements of the probe sensor area, resistance of sensor wire at operating temperature, various empirical constants in the heat transfer equations, and collection efficiencies of the wire). Wire elements come in two types, wire wound and solid wire. Hot-wire instruments utilizing the wire wound method make use of a fine wire wrapped around a solid core as an integral part of the sensor design. Exposure of the sensor to heavy precipitation and icing during flight results in damage to the wire and sensor failure. Replacement wire elements are expensive and replacement is labor intensive. Solid wire sensors use a thicker gauge solid wire, nickel or stainless steel, to measure water content. This sensor design is less likely to be damaged by icing or heavy precipitation. The replacement instrument must be a constant-temperature, hot-wire probe designed for aircraft measurements of ice and liquid water content using stainless steel solid wire elements. It must be capable of withstanding the harsh environment encountered by aircraft during hurricane research missions and meet strict size, power and weight limitations (see attached specifications). The instrument must be capable of measuring over a wide range of medium volume droplet (MVD) sizes to include super-cooled large droplets (SLD). Capabilities must include the detection and measurements of ice crystals over a wide range of altitudes and airspeeds. The sensor will be mounted on the aircraft fuselage in place of LWC/TWC sensors currently in use, therefore must be similar in size, fit and form. Instrument must provide accurate liquid and total water content measurement from 0-10 gms/m3 at true airspeed up to 150 m/s over a flight level of 0 to 45,000 ft. To meet aircraft operational requirements the instrument must require little maintenance and have long term dependability. Instrument should not require pre and/or post flight calibration or labor intensive operation. Serial output data must be in a usable form for real time display and collection and not require post processing. Data stream must include LWC, TWC and IWC measurement values. Requirement: Multi-Element Water Content Sensor, model WC-2000, manufactured by Science and Engineering Associated or equal with the following salient characteristics: Liquid and Total Water Content Range: 0-10 gms/m3, @True Airspeed<150 m/s SL ? 45,000 ft 0-6 gms/m3 TAS<230 m/s SL ? 45,000 ft Low Contamination of LWC <1% Measurement by Ice Crystals Airspeed Range 0 ? 275 m/s Operating Range 0 ? 45,000 ft Provide Derived Ice Water Content (IWC) and Medium Volume Diameter (MVD) Measurement Remote Display/Control Unit Serial Data Output RS 232/422 ASCII, 9600-115, 200 baud Data Upgrade Rate 1 to 10 Hz (selectable) Power Supply 28 VDC Weight, Total <30 lbs Sensor Constant Temperature Heated Wire Stainless Steel Solid Wire Elements Deiced Sensor Head Interchangeable Sensor Heads Rugged Sensor Design B. Evaluation: The evaluation of proposals shall be based on the Offeror?s responsiveness to the items and requirements listed in paragraph A and Offeror?s price proposal. CLAUSES & PROVISIONS This solicitation will be conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The FAR clauses and provisions incorporated into this acquisition are: 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double Sided on Recycled paper (Aug 2000; 52.211-6 Brand Name or Equal (Aug 1999); 52.211-8 and ALT II Time of Delivery (Jun 1997) The required delivery time for item 01 is within six (6) months after contract award and item 02 is required by June 30, 2007 assuming the successful offeror will receive notice of award by September 22, 2006. For other items, if exercised, the delivery time will be negotiated after receipt and acceptance of items 01 and 02; 52.214-21 Descriptive Literature (Apr 2002) The literature must be in sufficient detail for the Government to determine that the product offered is an equal without further discussion; 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) (270 calendar days after contract award); 52.232-17 Interest (June 1996); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006); 52.212-2 Evaluation ? Commercial Items (Mar 2005) refer to paragraph B; 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2006) (b) Items 1, 5, 14, 15, 16, 17, 18, 19, 20, 21, 23, 26, and 31; 52.216-1 Type of Contract (The Government intends to award a firm fixed price type contract for supplies); 52.233-2 Service of Protests (Aug 1996) ((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCullough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 52.247-34 F.O.B. Destination (Nov 1991); The Commerce Acquisition Regulation (CAR) clauses and provisions incorporated into this acquisition are: 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officers Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With the Laws (March 2000); 1352.215-73 Inquiries (Mar 2000); 1352.215-75 Basis For Evaluation (March 2000) (Government intends to award a single contract) (Evaluation factors identified in 52.212-2); 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price contract); 1352.233-70 Harmless From liability (March 2000); 1352.233-71 Service of Protests (Mar 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCullough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E.12th St., Rm.1756, Kansas City, Missouri 64106. If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482-5858) ; 1352.246-70 Inspection and Acceptance (Mar 2000) (Inspection and Acceptance will take place at the Aircraft Operations Center, Tampa, Florida unless otherwise agreed upon by the parties); 1352.252-70 Regulatory Notice (March 2000); Full text of these CAR provisions is available upon written request by sending an email to Ronald.f.anielak@noaa.gov. Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Provisions ? http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf SCHEDULE OF PRICES The prices shall be inclusive of all costs. ITEM DESCRIPTION QTY UNIT PRICE UNIT AMOUNT Item 01 Multi-element Water Content Sensor System Model WC-2000 or equal 2 ea ____________ _____________ Item 02 Multi-element Water Content Sensor Head 2 ea ____________ ______________ Item 03 Option Item. Multi-element Water Content Sensor System Model WC-2000 or equal 2 ea _____________ _____________ Item 04 Option Item. Multi-element Water Content Sensor Heads 4 ea _____________ ______________ Total of all four line items _______________ Items offered for items 01 and 02 above are: Product Name: _______________________ Product Model No.:____________________ Manufacturer: ________________________ Note: Unless the offeror clearly indicates in its offer that the product being offered is an equal product , the offer shall provide the brand name product referenced in the solicitation. SOLICITATION INFORMATION All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet Number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. All responsible sources may submit an offer that will be considered by the Agency. A word file (.doc) of this description is available from the contact person identified above.
 
Place of Performance
Address: TBD
 
Record
SN01075366-W 20060624/060622220535 (fbodaily.com)
 
Source
FedBizOpps 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.