Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

58 -- Portable C-band Doppler radar system.

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
06WRSS0009
 
Response Due
6/16/2006
 
Archive Date
6/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, effective 19 May 2006. This acquisition is set aside for participation by small business concerns. The associated NAICS code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with an associated size standard of 750 employees. SPECIFICATION The U.S. Geological Survey, Geology Discipline, Volcano Hazards Team, requires a portable C-band Doppler radar system to be used to monitor and mitigate the hazards posed by explosive volcanic eruptions. This is a "brand name or equal" specification, with benchmark product Enterprise Electronics Corporation (EEC) MiniMax radar system with latest version of EEC EGDE control and analysis software. EEC's website is http://www.eecradar.com/. The salient characteristics of this system are as follows: 1) C-band Doppler, single-polarization 2) Transmitter: a. Frequency range of 5500-5900 MHz b. Peak power of >250 Watts c. Pulse widths of 0.8, 1.6, and 6.4 ?s. d. PRF range of 100-2600 Hz 3) Receiver: a. Velocity (6.4 ?s pulsewidth, 6' antenna): MDS of -110 dBm, 0.01 in/hr min. rain rate at 60 km b. Intensity (6.4 ?s pulsewidth, 6' antenna): MDS of -118 dBm, 0.01in/hr. min. rain rate at 60 km c. Transmitter/receiver enclosure is hermetically sealed, designed for outdoor operation (-20 to +45 C), with built-in heating and cooling 4) Signal Processor: a. Gatewidth of 62.5 m b. 1024 gates c. Delivers reflectivity factors (Z,U), radial velocity (V), and spectrum width (W) d. Clutter filter provides 37 dB suppression 5) Antenna: a. Parabolic, with a diameter of 6 feet (beam width of 2.1 degrees) b. Can resist winds of up to 90 mph c. Gain of 38 dB d. Pedestal azimuth rotational limits: continuous e. Pedestal azimuth rotational velocity: 18 degrees/sec (max) f. Pedestal elevation rotation limits: -2 degrees to +90 degrees g. Pedestal elevation rotation velocity: 12 degrees/sec (max) h. Pedestal azimuth and elevation resolution: 0.25 degrees i. Antenna/pedestal is designed for exposed outdoor operation (-20 to +45 C) 6) The entire system is easily portable; that is, it can be assembled and put into operation by two people within a few hours. It can be shipped via commercial air cargo. 7) Software provides the following: a. GUI b. Radar transmitter/receiver control c. Radar antenna control d. Radar signal-processor control e. Radar control and product scheduling functions f. Radar data ingest functions g. Radar product generation h. Raw volume data and product archiving and retrieval on hard disk and DVD i. Flexible product display; products may be displayed in up to 32 customizable levels and colors j. Data communications capability, including real-time data and product broadcasting k. Networking capabilities conforming to standard Ethernet protocols that permit remote control l. Diagnostic and maintenance functions m. Flexible data import/export features n. On-line help system o. Edge standard products generated from basic single-polarization moments and derived moments p. Optional products q. Data corrections r. Image animation s. Hardware fault monitoring t. User accessible API for custom product programming 8) Control and analysis software runs on a workstation computer, which is included as part of the system. 9) Customized base maps for a designed area are included. 10) Operation manuals, maintenance manuals, schematic diagrams, and parts list. 11) System cost includes a one-year warranty that covers parts. Deliverable software and hardware must be free of malicious code. Please reference the clause at 52.211-06 for further information regarding "brand name or equal" specifications. In preparing proposals, offerors should also include the following options for the Government's evaluation: - One system as described above, or equivalent. - Two systems as described above, or equivalent. - The costs of shipping to Vancouver, WA or alternately to Anchorage, AK. - The costs of 1 to 3 additional software licenses. - The cost of recommended spare parts. - The cost of factory training for operators/maintainers for up to 10 people (not to include travel and per diem). - The costs of ALERTS, CLUTTER, HYBRID, MVVP and CMM optional EDGE products or equivalents. - The cost of modifying the software so it is capable of sending an email message when an alert is triggered. - The cost of adding a 1 terabyte level 5 RAID array to the computer workstation. - The cost of a two-piece 6-foot parabolic antenna dish instead of the standard one-piece 6-foot antenna dish. The two-piece design is to facilitate shipping. - The cost of one site visit by a radar engineer during the one-year warranty period. DELIVERY REQUIREMENT Proposals must be submitted FOB Destination; options should be presented for FOB Destination shipping to either Vancouver, WA or Anchorage, AK. SUBMISSION OF PROPOSALS Proposals are due by close of business Friday, 16 June 2006 to the contracting office in Sacramento, CA identified above. Proposals received after this time and date will not be considered. Proposals are preferred by electronic means (email), but will be accepted hard-copy. Facsimile (FAX) and/or oral submissions will not be accepted. METHOD OF EVALUATION Offerors are advised that proposals will be evaluated on a lowest-price, technically-acceptable basis. Assuming first that offerors proposing to furnish an "equal" product are determined technically acceptable (a true "equal" product), all proposals will then be evaluated on a low-price basis. SOLICITATION PROVISIONS/CONTRACT CLAUSES Offerors are advised that the following solicitation provisions and contract clauses are applicable to this acquisition. Full text of these provisions/clauses can be obtained at http://acquisition.gov/far/index.html. Offerors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their offers. 52.204-7 Central Contractor Registration (OCT 2003) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors - Commercial Items (JAN 2006) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2005) 52.212-4 Contract Terms and Conditions - Commercial Items (SEP 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2006) Within this clause, the following clauses are selected by the Contracting Officer as applicable (will appear as an "X" in the final contract) 52.203-6 52.219-6 52.219-8 52.219-14 52.222-3 52.222-19 52.222-21 (and 52.222-22) 52.222-26 (and 52.222-25) 52.222-35 52.222-36 52.222-37 52.222-39 52.225-1 (and 52.225-2) 52.225-13 52.232-33 Additionally, the following applies: 52.000S-1006 Prevention of Malicious Code (MAR 2005) (a) Definitions Malicious code is a computer code developed for the purpose of causing some form of intentional damage to computer systems or networks. Malicious code may be a complete program or code imbedded in software programs that appear to provide useful functions. The term includes computer viruses and other destructive programs, such as "Trojan Horses" and network "worms." (b) The contractor must have in place an anti-virus procedure to ensure that media supplied is uncontaminated by malicious code. (c) The contractor is required to scan all delivered software to insure it is free of malicious code prior to its installation or operation on USGS-owned computers or contractor-owned computers connected to USGS computer systems or networks. Contractors using diagnostics software disks or connecting to a non-USGS computer while performing repairs or upgrades to a USGS computer will scan the serviced computer's drive(s) to insure they are free of malicious code upon completion of the service call, or prior to return of serviced equipment, if servicing is performed off-site. (end of clause) For further information, please contact Jeff Caravelli, Contracting Officer, at (916) 278-9341 or jcaravelli@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=847525)
 
Record
SN01060809-W 20060603/060601221103 (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.