Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

16 -- Multi-Mode Radar for P-3 aircraft NOAA Aircraft Operations Center, MacDill AFB, FL

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-15-00397
 
Archive Date
12/23/2015
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL intends to issue a solicitation for Multi-Mode Radar Systems for use in the NOAA WP-3D Orion aircraft which will satisfy the mission requirements. Background The National Oceanic and Atmospheric Administration (NOAA) Aircraft Operations Center (AOC) instruments, maintains, and operates aircraft in support of a variety of meteorological and oceanographic research projects. Two of AOC's aircraft are WP-3D Orions (a variant of the Lockheed P-3C), manufactured in the 1970's. Each aircraft is equipped with a custom, horizontally scanning weather radar system, with the antenna mounted in an oblate spheroid radome under the fuselage. Commonly referred to as the Lower Fuselage (or L/F) radar, the system was originally installed in 1977. Several components (antenna, drive motor and magnetron transmitter) are from the original installation and are becoming difficult or cost prohibitive to repair. NOAA/AOC is considering alternatives to replace the current L/F radar system with a commercially available system. In addition to providing weather radar data, other modes are desired to meet future mission requirements not within the current system capabilities. Potential Missions and Associated Capabilities Hurricane and other Severe Weather Reconnaissance - Weather radar mode to provide in-flight situational awareness, and scientific quality reflectivity and velocity measurements for post-flight analysis. Air to Air mode to assist with separation from other in-storm aircraft. Hurricane Research - Synthetic Aperture Radar (SAR) mode for sea surface roughness studies (scatterometry) Ice Patrol (potential US Coast Guard mission support) - Inverse SAR (ISAR) mode to detect, identify and classify iceberg targets Marine Sanctuary and other Maritime Patrol - SAR, ISAR and integrated Automatic Identification System (AIS) to detect, identify and classify maritime targets in support of NOAA's Marine Sanctuary stewardship Other Potential Missions - Oil spill detection, Oceanic garbage patch gyre mapping, Marine Mammal detection Installation The intent is for the antenna subsystem to be mounted in the existing Lower Fuselage Radome, allowing 360 deg rotation and horizontal field of view. The radome, identical in shape to the US Navy's EP-3 radome, is an oblate spheroid with maximum interior dimensions of approx. 44" (1.12 m) high and 148" (3.76 m) in diameter. There is a horizontal plate at the top-center for mounting the antenna pedestal. The radome can be split into left and right halves for system installation. There is room above the mounting plate (but still in the unpressurized area below the fuselage) for an IMU/INS and/or RF duplexer as desired. There is room for 1-3 ATR-sized units in a cabin rack above the L/F radome area. Specifics of weight, space and power limits, along with data interfaces will be provided if a solicitation is issued for this system. NOAA is interested in vendors that can provide a commercial off-the-shelf system with the capabilities needed to perform the missions listed above. Although there may be some software customization and a custom physical installation in NOAA's unique aircraft, the basic hardware (Line Replaceable Units), processing software, and user interface should be a proven solution with commercial (FAA) and/or military (US DOD) certification/qualification. Potential vendors should provide information about systems they may offer, including name/model number, publicly available technical specifications, and information about certification/qualification and/or examples of existing aircraft installations. This is a request for information (RFI) only and is not a request for quote nor an invitation for bid, nor is it to be construed as a commitment by the Government to issue a formal solicitation or ultimately award a contract. The above NOAA requirements and information is provided to assist NOAA in conducting market research of industry to identify sources that can meet the NOAA requirements. Responses to this notice are voluntary and therefore the Government is not liable to pay or reimburse any contractors which respond to this notice. Any costs incurred by interested companies are solely the responsibility of the contractor. The Government does not intend to contract on the basis of this request or otherwise pay for any information solicited herein and the Government reserves the right to reject, in whole or in part any contractor's input resulting from this RFI. It is the intent of this RFI to obtain company information and company capabilities for providing such equipment. Interested parties may identify their interest and capability to respond to the requirement. All responses received within 30 days after date of publication of this request for information will be considered by the Government. Responses can be sent via email to ronald.f.anielak@noaa.gov or by fax to 757-664-3844. The Government does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. Requests for clarification will be accepted with the 3-week window following initial release of this RFI. Responses to requests will be provided as an amendment to the RFI at the sole discretion of the Government. All responsible business sources may submit a response which shall be considered by the agency. Interested firms shall include in addition to the information requested above, in writing: the company name, address, point of contact, telephone number, DUNS number and business size; a statement regarding their capabilities and qualifications to provide the required item; sufficient information that describes or demonstrates the firm's technical capability to provide the specified item; time of delivery to include design and manufacture of the item that meets NOAA requirements in months or weeks after receipt of a contract; sufficient information that describes or demonstrates the firm's technical capability to provide the specified required item; and if the item cannot be manufactured as defined by NOAA provide rationale. Only affirmative responses to this notice will be evaluated to the extent necessary for the Government to determine whether it is feasible to conduct a competitive acquisition considering parts, cost of testing, standardization, consistency, and price. Submissions received in response to this notice shall be evaluated based on demonstrated technical ability to successfully provide the required item as stated herein. Submissions will be kept confidential.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-00397/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03569459-W 20141109/141107234142-f89b2cbade4bbad380d918a3edbb3827 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.