Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

52 -- Dropwindsondes

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WC133M08RP0103
 
Response Due
4/14/2008
 
Archive Date
4/29/2008
 
Point of Contact
Jacquelyn Shewmaker, Contracting Officer, Phone (816)426-7462 , Fax (816) 426-5067
 
E-Mail Address
jacquelyn.a.shewmaker@noaa.gov
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) intends to acquire expendable dropwindsondes for the Aircraft Operations Center (AOC) at MacDill AFB, FL. The AOC instruments, maintains and operates aircraft in support of a variety of meteorological and oceanographic research projects. One of the primary requirements in a variety of missions involves measuring and recording the atmospheric conditions below the aircraft. The method used to obtain these atmospheric profiles utilizes an expendable dropwindsonde which is launched from the aircraft and then transmits meteorological data back to a radio receiver and processing system onboard the aircraft. The system used by the AOC and other U.S. Government agencies is called the Airborne Vertical Atmospheric Profiling System (AVAPS). The Government intends to award a fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for a base period of twenty-four months, and three twelve-month option periods. The estimated quantity per year is 3000 each, however, there is no guarantee that this quantity will be required or ordered. The dropwindsonde deliverables must meet the National Center for Atmospheric Research (NCAR) drawing set requirements which will be included in the solicitation. Alternate designs may be considered, however, any proposed design modifications shall include: an acceptance test procedure sufficient to verify the revised design is equivalent or improves upon the NCAR drawing set design; estimated cost to the Government to perform this design verification; and analysis of the benefit to the Government for selecting an alternate design. Best commercial practices shall be employed throughout the manufacturing process. All deliverables shall successfully pass NCAR drawing specifications prior to delivery. The Met Sensor Module of the dropwindsonde is a key component which is proprietary to Vaisala, Inc. Alternate Met Sensor Modules or discrete sensor components shall be considered only if the Contractor produces compelling evidence that the alternate design has successfully been proven to meet or exceed the performance capabilities of the Vaisala Met Sensor Module in an equivalent application. At the option of the Government, the Government may perform a test of up to the first eight dropwindsondes delivered under a contract, and up to 10% of each production lot, for compliance with the requirements of the NCAR drawing set incorporated into the contract. The Government will supply the Contractor with a single channel ground (not airworthy) AVAPS system to assist with production testing. The Contractor shall provide all additional test equipment and standards required to validate that the production dropwindsonde meets the NCAR requirements. The Government shall supply engineering assistance including: technical information exchange related to the dropwindsonde; generation of non-disclosure agreements for exchange of proprietary information; providing a source list for all dropwindsonde components; up to three onsite visits to assist with production startup; and remote support (telephone, e-mail, etc) as required. Engineering assistance will be provided for a period not to exceed one year following contract award. The Government intends to award a contract to the responsible offeror whose offer represents the best value to the Government. This acquisition is not set-aside for small business. Any interested party must submit a request in writing to receive a copy of the solicitation. Submit requests to Jackie Shewmaker, at the address stated herein, within 45 days of this publication. Facsimile requests will be accepted at (816) 274-6939. Prior to release of a solicitation, each contractor is required to sign a non-disclosure form and return it to the contact stated herein. The Central Region Acquisitions Division (CRAD) requires that all contractors doing business with this office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov/. In order to register with the CCR and be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun and Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the online representation and certifications application (ORCA) is required. The applicable NAICS code is 334519.
 
Place of Performance
Address: DOC/NOAA/AOC, 7917 Hangar Loop Drive, MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01541882-W 20080328/080326223508 (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.