Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

66 -- Scanning Doppler Lidar - Solicitation 1

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA133R14RP0082
 
Archive Date
8/20/2014
 
Point of Contact
Sue Bratton, Phone: 303-497-6155
 
E-Mail Address
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 Past Performance Syrvey Attachment 1Vendor Performance Worksheet Solicitation- SF1449, SON, and Clauses NOAA CSD is purchasing a compact scanning Doppler lidar to characterize dynamics of the atmospheric boundary layer. The lidar will need to have high spatial and temporal resolution and sufficient sensitivity to provide profiles through the lower 3-5km of the atmosphere (depending on aerosol concentrations). The system will be capable of long-term, autonomous operation, and remote control via the internet. We are specifying two types of requirements: minimum and additional. Minimum requirements must be fulfilled and performance for additional requirements will be used to grade the proposals and make a selection. The contractor shall be capable of providing a product with the following salient characteristics: Minimum Salient Characteristic Requirements The Doppler Lidar must have the following performance characteristics: • The ability to provide line-of-sight wind speed and intensity estimates at 2 Hz or faster. • Processing gate size has to be 30 m or shorter. • Laser pulse width of 200 ns or shorter. • Full hemispheric scanning o 0-360 degrees in Azimuth o -10 to 190 degrees in Elevation • Must have continuous scan mode capability (as opposed to only step and stare). • Continuous scans must have the following properties o Azimuthal scans:  The ability to select an initial and final azimuthal angle.  The ability to select an azimuthal scan speed.  The ability to select a series of fixed elevation angles at which to perform the azimuthal scans. o Elevation scans:  The ability to select an initial and final elevation angle.  The ability to select an elevation scan speed.  The ability to select a series of fixed azimuth angles at which to perform the elevation scans. o Coordinate scans:  The ability to specify a sequence of azimuth and elevation coordinates, the azimuth and elevation scan rates used to move between them, and the time to dwell at each coordinate pair. • The system must have a scan queue with the following properties: o Controllable via the internet. o The ability to program and control a sequence of continuous scans (as opposed to only a sequence of step and stare scans), o The ability to automatically switch between preselected scan queues depending on the time of day - for at least 8 pre-selected times during the day (For example, daytime mode vs nighttime mode). • The instrument must be eye safe at the beam aperture. • The instrument must have a sealed environmental enclosure and must operate under ambient temperatures ranging from -15 to + 40 C. • The system must operate autonomously and be remotely controllable via an internet connection. • The system must have a real-time processor that calculates and displays range resolved estimates of line-of-sight velocity and intensity. • Types of data displays required: o AScope: single beam line plot o RTI: Range-time indicator displays o Polar: Displays for scanning data • The instrument will have at least a one-year warranty. • Manufacturer delivery time to NOAA must be 12 weeks or less from execution of purchase order. • Processed Data format: o The lidar system must create and store files of processed data to the disk. o These files will contain range resolved estimates of radial velocity and signal to noise ratio. o Each profile of estimates will be time tagged. o Each file will contain information on site location and processing parameters. o If the processed data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. • Raw data format: o The lidar system must create and store files of raw data to the disk. o The raw data can either be autocovariance or spectral data for each gate or digitizer point. o The time resolution of the raw data can be at the same rate as the processed data (in this case the raw data should represent averages of all shots taken during the interval). o If the raw data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. • Noise data format: o If the system takes automatic noise files, these files will be saved so that they can be used in re-processing. o If the noise data files are binary, the format of the files will be provided so that NOAA/CSD can develop computer programs to read these files. Additional Desired Requirement • Sensitivity: The system should have sufficient sensitivity to consistently provide radial wind and intensity estimates through the depth of the atmospheric boundary layer with at a rate of 2Hz and processing gate width of 30m. • Precision of velocity and intensity measurements (higher precision is preferred) • Range resolution of measurement (higher resolution is preferred) • Time resolution of measurement (higher resolution is preferred) • Minimum range of measurement (smaller minimum range is preferred) • Hemispheric scanner capabilities: o Range of azimuth and elevation angles (larger range preferred) o Pointing precision (higher precision preferred) o Scanning speeds (larger range of scanning speed preferred) • Range of measurable line of sight wind speeds (larger range is preferred) • Size, weight, and power requirements (smallest weight, size and power requirements are preferred) • Optical focus control (automatic/remote control is preferred) • Ability of system to synchronize to UTC time is preferred • Ability to make depolarization measurement is preferred • Real-time wind profile calculations and display are preferred • Scan Queue: The ability of the lidar to synchronize scans relative to the absolute time of day. Ideally the scan queue could be reset at specific intervals of time after every hour. For example - starting a sequence of scans every 20 minutes after the hour: 1:00, 1:20,1:40,2:00,2:20... etc. The goal of this requirement is the ability to synchronize the scans so that the lidar performs the same scans at the same time every hour (or fraction of hour as specified by the time increment). The ideal time increments would be 0, 15, 20,30 minutes after the hour. All dates listed below are tentative; official dates will be provided when the solicitation is released. TENTATIVE SOLICITATION ISSUE DATE: July 3, 2014 TENTATIVE PROPOSAL DUE DATE: August 1, 2014 ANTICIPATED AWARD DATE: August 15, 2014 DELIVERY SCHEDULE: 12 weeks after contract award. CONTRACTOR REGISTRATION: To be eligible for award, a contractor must (1) be registered in the System for Award Management (SAM) at www.sam.gov. All offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or online at http://fedgov.dnb.com/webform. All responses to this notice may be submitted via e-mail to Sue Bratton, Affiliate, Contracts Specialist, at Sue.Bratton@noaa.gov. The phone number for the Contract Specialist is (303) 497-6155. Amendment, this action is to issue solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133R14RP0082/listing.html)
 
Place of Performance
Address: Contractor Facilities, United States
 
Record
SN03415315-W 20140705/140704001032-0c55e8872805319efb20d811df4a7925 (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.