Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

52 -- SODAR ACOUSTIC WINDPROFILE SYSTEM

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, Angeles N.F., 701 N. Santa Anita Ave., Arcadia, CA, 91006
 
ZIP Code
91006
 
Solicitation Number
53-9A732-6-IQ017
 
Response Due
9/8/2006
 
Archive Date
3/9/2007
 
Description
The Aerospace Engineering Services Project for the San Dimas Technology and Development Center is located in Los Angeles County, San Dimas, California. Purpose: The USDA Forest Service is interested in acquiring a Sodar unit for the purpose of measuring the wind profile during air tanker drop testing. Airtanker drop testing is accomplished over a grid matrix of cups that is approximately 300 feet wide by 3000 feet long. Currently the only wind measurement that is taken is associated with a standard weather station whose anemometer is about 35 feet above the ground. The airtankers fly at between 200 and 500 feet AGL (above ground level) during the drops. Therefore it is of interest to know what the wind profile is since it has a direct impact on the deposit pattern of the airtanker./ Specifications: The Sodar unit offered shall be a Phased array Doppler sodar system. The Sodar shall have a profile range of a minimum 15 to 300 meters. The Sodar shall have a minimum 5 minutes averaging time and maximum of 60 minutes. The Sodar shall have a horizontal wind speed measuring range 0 to 25 meter/second minimum. The Sodar shall have a wind direction accuracy shall be +/- 3 degrees maximum. The Sodar shall have a wind speed accuracy 0.3 m/sec. minimum. The Sampling depth shall be 10 meter minimum. The Sodar shall have a capability of 25 layers minimum. The Sodar shall be capable of Operating at temperatures between -10 ?C to 50 ?C minimum. The Sodar will not be operating in snow conditions ? heating of the array or other for snow is not required. FOB shall be destination 444 E. Bonita Ave, San Dimas, CA 91773. Software: The Sodar shall be delivered with all software required to acquire/download and store information from the sodar unit; present/manipulate the acquired data; and calibration/self-check. Training: The successful offeror shall conduct training on the system. Training shall include all aspects of the operation of the sodar and associated equipment and software. At a minimum the training shall include setup, calibrations/self-check (including all possible adjustments to be made to the sodar ? either hardware or software based on the results of the cal./self check), operation of the sodar, downloading of data (if applicable), manipulations/interpretation of data, and operation of data presentation software. Delivery of one hardcopy and one electronic file of a user manual, repair parts breakdown list, and repair manual. The electronic file(s) shall be in pdf format. Additionally the training shall include information on site selection considerations and sodar settings to deal with individual site issues. Training will be conducted at the San Dimas Technology and Development Center. Packaging: The Sodar and all equipment needed to operate, collect, and store wind profile data shall be integrated together into a trailer whose tongue weight shall be 500 lbs or less. The trailer shall include solar cells necessary to power all the equipment needed to operate the sodar, collect and store the wind profile data. The trailer shall have battery power to allow for 24-hour operations. The solar panels shall be of sufficient capacity to allow the batteries to be recharged during the day and allow for a minimum autonomous operation shall be 72 hours. Additionally, the trailer shall be built to power the sodar and all necessary equipment from standard power (110-115 volts). Switching from solar to standard power shall be through a single switch. The trailer hitch shall be compatible with a standard 2-inch ball. The trailer shall protect all of the equipment from the environment and theft when the unit is parked for storage (non-operation). The trailer shall be designed and built to provide protection to sensitive and easily removed parts/equipment (i.e. computer) from theft and the environment. The trailer and sodar shall be designed and built such that to set up the unit for operation shall not take greater than 60 minutes. The trailer shall provide all needed storage areas for ancillary equipment required to setup and operate the sodar. The recommended contract time will be based on delivery date from award to January 31, 2007. Method of Procurement: Simplified Acquisition Procedures of a Commercial Item. Contractors must be registered in Central Contractors Registry BEFORE a proposal is submitted. Proposals will not be considered without a CCR number. Registration can be done online at http://www.ccr.gov.Estimated price range is between $25,000 and $100,000. NAICS code: 334519 Size Standard in numbers of Employees: 500. Offer due by noon September 8, 2006. Submit your offer to the contracting office address listed above. EVALUATION FACTORS FOR AWARD FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: M.1. PREPARING THE PROPOSAL Offerors shall submit a copy of their technical and cost proposal. Proposals shall, at a minimum, contain the items described in this section. Each proposal shall contain sufficient information to enable a thorough evaluation. Proposals must specifically address the goals and requirements of the specifications. The offeror?s capabilities to accomplish the requirements of this solicitation must be clearly demonstrated. All proposals which merely offer to conduct a program in accordance with the requirements of the Government?s statement of work will be considered non-responsive and will not be considered further. M. 2. EVALUATION CRITERIA Technical Proposal ? The following is listed in descending order of importance: 1. Experience. Describe experience performing requirements similar during the past 3 years. Include accurate information that will allow the evaluators to contact contract administrators involved with the referenced work. Names, phone numbers, dates, locations, type of work, etc. are critical. Specifically identify a foreman that you will provide for the performance of this contract as a Key Personnel. Provide information about his/her experience. Provide sufficient information so that the evaluators may make contact with anyone who can verify these experiences. 2. Past Performance. Provide details on quality of work performed on all similar contracts within the past 3 years. List and discuss any work not paid at full bid price. Address specific performance failures and how you mitigated the cause of those failures. Provide details regarding timeliness of performance or lack thereof. Discuss business performance statement that describes relationships and cooperation with customers. Include any investigation of alleged or actual violations of labor or immigration laws committed by your firm within the past three years and the disposition of those cases. 3. Technical Approach. Understanding of the Government?s Requirements. The Government will evaluate each offeror?s relative understanding of the Government?s requirements on the basis of its written submittals addressing the following sub factors: a.) Any information that indicates the extent to which the site for this project was visited. b.) The results concluded from the site visit. c.) The resources (personnel and equipment) which are planned for use on the project, and how realistic that plan is given concurrent obligations. d.) Site-specific safety plan. e.) Plan of work. f.) Where applicable, estimated production rates. Project Management. Describe your ability to organize, schedule (production rate), and staff (crew size) this project to completion and on schedule. Quality Control Plan. The proposal shall include the offeror?s Quality Control Plan which identifies specific quality control procedures that will be followed. Discuss techniques that your firm will use to ensure that the quality control procedures are followed by your foreman, results communicated to your crew, and methods to mitigate any potential problems. 4. Price Proposal. The price proposal should consist of itemized pricing as listed in the Schedule of Items. Award may not necessarily be made to the offeror submitting the lowest offer. Also, the award may not be made for technical capabilities that would appear to exceed those needed for successful performance of the work. The Government reserves the right to make cost/technical trade-offs that are in the best interest of the Government. It is anticipated that the award will be made to the firm with the best value, considering price, technical proposal, and technical capabilities. M. 3. BASIS FOR AWARD The Government will award the contract to the offeror(s) who (a) asserts to the terms of the solicitation, and (b) has the best combination of experience, past performance technical proposal, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror?s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror?s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with offerors whose proposals are within the competitive range. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: San Dimas Technology and Development Center, 444 East Bonita Avenue, San Dimas, CA
Zip Code: 91773
Country: UNITED STATES
 
Record
SN01109903-W 20060811/060809220329 (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.