SOURCES SOUGHT
66 -- Autonomous Radiosonde System for NOAA/NWS Upper Air Observing System
- Notice Date
- 6/14/2013
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NWWG0100-13-00000
- Archive Date
- 7/17/2013
- Point of Contact
- Robert M McNamara, Phone: 301-628-1397
- E-Mail Address
-
robert.mcnamara@noaa.gov
(robert.mcnamara@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION "Information Pertaining to the Autonomous Radiosonde System (ARS) to support the National Oceanic and Atmospheric Administration / National Weather Service, Upper-air Observing System Program". THIS REQUEST FOR INFORMATION (RFI) IS NOT AN RFP. An anticipated RFP date has NOT been determined at this time. This RFI does not bind the Government to release an RFP. A set-aside determination will be made based in part on the capabilities a firm is able to demonstrate in response to this REQUEST FOR INFORMATION. I.Background: The National Weather Service is working to enhance its upper-air observing capability, before and during significant weather events. This initiative is in support of the Disaster Relief Appropriations Act 2013 to improve weather forecasting and hurricane intensity forecasting capabilities. II.Requirements: In addition to improving forecasting capabilities before significant weather events, the enhanced upper-air observing capability must also provide reliable and safe, automated radiosonde launching features to provide effective sounding observations in remote, difficult to reach locations that cannot be staffed with operations personnel. While this RFI emphasizes a Government owned, operated, and maintained ARS, a prospective Contractor with the capability to provide an ARS as Contractor-Owned-Contractor-Maintained or Government-Owned-Contractor-Maintained equipment are requested to include this information and associated system operational availability and pricing information in their response. The ARS and radiosonde system requirements are listed below. These requirements are based on the Government's existing capabilities. If the prospective Contractors' equipment does not meet one or more of these requirements, the prospective Contractor should identify the capabilities the equipment will provide. A.ARS Requirements: 1.The prospective contractor shall provide turnkey delivery and installation of the ARS (including site facility preparation, including footings, foundation pad, and electric power service). The prospective contractor installation shall adhere to and meet all Federal Regulations, State and local codes for the system installation. 2.The ARS shall be capable of operating at least two synoptic launches a day and being remotely commanded to conduct flights up to every three hours, in tropical, temperate, coastal and arctic climates. 3.The ARS shall have the ability to control and monitor the launch schedule remotely. 4.The ARS shall be able to withstand, without damage, loss of data, or reduction of useful life, the range of environment conditions indentified below: a.Operating conditions (the conditions which the system shall withstand when operating): i.Ambient pressure from 1070 hPa to 700 hPa ii.Ambient temperature from -60°C to 50°C iii.Ambient relative humidity from 0% to 100% iv.Surface winds ≤ 50 knots v.Liquid or frozen precipitation < 10 mm/hr. vi.Ultraviolet solar radiation resistant vii.Invisible solar radiation resistant viii.Infrared solar radiation resistant ix.Corrosion resistant in coastal locations x.Lightning damage resistant, with structure and equipment connected to earth electrode system. xi.Highly secure to mitigate vandalism xii.Interior lighting of sufficient lumens to perform maintenance during periods without daylight. xiii.Exterior lighting for safety of maintenance personnel to enter and navigate site at night b.Non-operating conditions (the conditions which the system shall withstand when non-operating and while transported): i.Ambient pressure from 1070 hPa to 700 hPa ii.Ambient temperature from -80°C to 60°C iii.Ambient relative humidity from 0% to 100% iv.Surface wind ≤ 139 knots v.Liquid or frozen precipitation < 10 mm/hr. vi.Ultraviolet solar radiation resistant vii.Visible solar radiation resistant viii.Infrared solar radiation resistant ix.Corrosion resistant in coastal locations x.Lightning damage resistant and with structure and equipment connected to grounding. xi.Highly secure to mitigate vandalism. xii.Built-in ladders if required to access high locations. xiii.Interior lighting of sufficient lumens to perform maintenance in the absence of daylight xiv.Exterior lighting for safety of maintenance personnel to enter and navigate site at night xv.Capable of meeting all Federal, state, regional and local building codes. 5.ARS shall be compatible with Kaymont GP 26 (600 g) balloons, with the capability to launch 350 g to 1,000 g balloons. 6.ARS shall set the appropriate balloon nozzle-lift, based on balloon size, conditions, or other variables affecting ascent rate and termination altitude and shall be capable of having the balloon nozzle-lift adjusted remotely based on weather conditions affecting the balloon's payload lifting ability. 7.The ARS shall be compatible with a flight training using a 48-inch plastic parachute and 100% cotton 30-ply twine. 8.The ARS shall be capable of tracking radiosondes to a slant range of 250 km, minimum. 9.The ARS shall operate in the presence of poor power quality (e.g., continuity of service, variation in voltage magnitude, transient voltages and currents and harmonic content) or during and after transition to emergency backup power. (Separate power conditioning may be provided if required to withstand poor power quality or backup power transfers.) Poor power quality is defined as power deviating from 100-120 Volts, 60 Hz for short durations or extended periods of time. 10.The ARS shall process the measured pressure, temperature, humidity and wind data into coded messages compliant with World Meteorology Organization (WMO) Manual on Codes (WMO-No. 306) for Region IV (North America, Central America and the Caribbean) and Region V (South-West Pacific). 11.The ARS shall process the collected sounding data into Binary Universal Form for the Representation of Meteorological Data (BUFR) products compliant with WMO Manual on Codes (WMO-No. 306) and FM 94 for both Regions IV and V. 12.The ARS shall be capable of transmitting the WMO or BUFR products via a secure modem or internet connection. 13.The ARS shall observe surface weather observation at the time of radiosonde observation, including, pressure, temperature, humidity, and wind speed and direction. The ARS surface weather observation sensors shall be sited using established meteorological practices, including wind sensor location between six and 10 meters above ground level; pressure sensor within 30 centimeters of the radiosonde's pre-flight height; and temperature and RH sensor location approximately two meters above grass covered ground or highest average monthly snow depth, where they will provide a true representation of ambient surface conditions, uninfluenced by surrounding heat sources, vents, solar reflections, or other obstructions. The surface weather observation data shall be included as the surface weather in the WMO coded messages and BUFR. The surface weather observation sensors shall meet the radiosonde accuracy requirements. 14.ARS shall be user maintainable over its full operational life cycle. Other maintenance philosophies will be considered, based on vendor capabilities and restoration time factors. 15.The maintenance documentation shall identify the user qualifications necessary to perform the maintenance actions. 16.ARS documentation shall include operator procedures for return of the ARS back to full operational status upon the restoration of the system's operating criteria. B.Radiosonde Requirements 1.The radiosondes compatible with the ARS shall measure and report sounding pressure, temperature, humidity, and wind data at a 1 hertz rate, and meet the operating and measurement requirements identified below: a.Pressure from 1070 hPa to 4 hPa •≤ 1.8 hPa accuracy from Surface to 400 hPa •≤ 0.5 hPa accuracy from 400 to 4 hPa b.Temperature from -99.99 C to 55 C •< 0.5C accuracy c.Relative Humidity from 0% to 100% •≤ 5% accuracy d.Wind Speeds from 0 m/s to 150 m/s •≤ 1.0 m/s accuracy e.Wind Direction from 0 to 360 degrees •5 degrees accuracy 2.The ARS shall verify radiosonde sensors accuracy conforms to the manufacturer's requirements before flight. 3.The ARS shall conduct and report the results of a system status test at prior to balloon launch to verify all critical equipment is functioning normally and there no significant system degradations that would impact radiosonde observation data. III.ARS Information: A.Prospective Offerors providing a commercial product (or a commercial product with modifications) satisfying the above requirements, please provide the following information: 1.A specification or literature for your product, and identification of all deviations from the above requirements, or modifications necessary to satisfy the above requirements. 2.The maximum number of radiosondes it can launch without operator replenishment or service. 3.A listing of optional equipment available for the ARS. 4.Lift gas options (helium, hydrogen, natural gas, etc.), and storage location options for on-site supply of lifting gas. 5.The maximum snow or ice roof loading specifications and surrounding snow depth requirements. 6.Separate product pricing ¬- including 800 radiosonde instruments, all flight train expendables required for 800 radiosondes, any modifications necessary to meet the above requirements, and discounts listed separately. 7.Product warranty information. 8.The lead time for delivery of the system and replacement or spare parts, specified in days after receipt of purchase or delivery order. 9.Information on the delivery options and limitations, including delivery and installation at remote locations in the CONUS, OCONUS and U.S. Possessions. B.For the ARS and Radiosonde requirements, please provide the following: 1.Information describing the theory of operation, salient features, major hardware and software systems and subsystems, available optional equipment, and any new or relevant product information. 2.Information on the installation options, requirements and instructions for site preparation and location (i.e. foundation pad, footings, elevated platform, utilities, distance from obstacles, complete installation and partial installation). 3.Information describing compatible radiosonde instruments and consumables (e.g. radiosonde types, balloons types, etc.), and ARS limitations associated with the above products. 4.Information describing the estimated life cycle costs, including turnkey system installation, training, preventative maintenance, recommended spare parts, radiosondes, balloons, associated flight train consumables, and average power consumption (based on extreme hot and extreme cold conditions). 5.Information describing the recommended provisioning of spares based on reliability of replaceable parts and the system's operational availability capabilities. 6.Information describing the recommended preventative maintenance requirements, including required actions, frequency, estimated time to complete each action, and prices of parts. 7.Information describing the recommended training requirements necessary to operate and maintain the ARS. Provide training details to include: type of training; length of training; training location; and associated pricing information. 8.Information describing the recommended ARS installation requirements for various conditions. Include installation details such site requirements, unloading requirements, uninterrupted power system (UPS) and emergency generator system to maintain continuous operation, lift gas storage - including generation (hydrogen generators), foundation and elevated platform requirements (and other mounting options), grounding and lightning protection, physical security (against wildlife and vandalism), etc. Also, include estimated prices for site preparation, basic installation, installation options and shipping to CONUS, OCONUS and remote locations. 9.Any additional information that would be of interest to the procurement office, including suggested technical improvements, options, discounts, and cost saving measures. IV.Company Information: A.Is your product manufactured in the United States? If not, please identify the country of manufacture or final assembly of the end items. B.Respondents are asked to provide only the most pertinent information, data, and materials necessary to adequately convey a declaration of capability in line with this notice. Respondents are asked to provide the following information: 1.All Point of Contact information (email addresses, phone numbers, mailing address, DUNS information, etc). 2.Respondents are asked to list all relevant NAICS codes. 3.Respondents must indicate whether their firm is a small or large business. If small, indicate the classification. 4.Respondents must indicate whether they offer the required services on ANY Federal Supply Schedules. If so, please list the schedule numbers. Respondents should clearly identify and mark proprietary information; such information will be properly safeguarded by the Government. The Government will not award a contract based on this RFI. The Government will not pay for information received in response for this RFI; provided, however, that costs properly chargeable under Federal Acquisition Regulation (FAR) Section 31.205-18, "Independent Research and Development and Bid and Proposal Cost," may be allocated to Government contracts consistent with the terms of such contracts. All information submitted in response to this RFI which is received by the Government not later than July 2, 2013 will be considered by the NWS in its deliberation of this subject. Any questions concerning this RFI should be submitted to the attention of Robert M. McNamara at Robert.mcnamara@noaa.gov or at 301-628-1397
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWG0100-13-00000/listing.html)
- Record
- SN03090072-W 20130616/130614234727-b8e0891a2b6046ad314c15182c88049b (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 |