Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
SPECIAL NOTICE

J -- NM-AN2200-21-01290 WSRA Refurbishment

Notice Date
5/21/2021 10:25:03 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NM-AN2200-21-01290
 
Response Due
6/3/2021 2:00:00 PM
 
Archive Date
06/18/2021
 
Description
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT � The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), The NOAA Aircraft Operations Center operates and maintains weather reconnaissance and research aircraft which perform missions critical to forecasting severe weather events during the hurricane season.� A key component to the data collected in hurricanes is the ability to accurately measure Significant Wave Heights on the ocean surface below the aircraft. This is performed using a Wide Swath Radar Altimeter (WSRA). Pro Sensing Inc. is the manufacturer of the current WSRA radiometer antenna and signal processor for the NOAA WP-3D. The NOAA Wide Swath Radar Altimeter (WSRA) is a digital beamforming radar altimeter developed with funding from the NOAA SBIR and JHT program, with additional support from the University of Massachusetts and DARPA.����������� Maps of sea surface topography and backscattered power generated by WSRA are used to estimate the directional wave spectra, sea surface mean square slope, and rain rate. These data products, generated at 4-minute intervals, are transmitted in real-time to the National Hurricane Center and made available through the NAWIPS to forecasters at NOAA�s Tropical Analysis Forecast Branch. The service will be conducted by: Pro Sensing Inc. 107 Sunderland Rd. Amherst, MA 01002-1098; is the manufacturer of the current SFMR radiometer antenna and signal processor for the NOAA WP-3D and G-IVSP aircraft as well as the USAF Reserve WC-130Js. . The North American Industry Classification Code (NAICS) for this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing ; the small business size standard is 1,250 Employees. WSRA Repair and Refurbishment of Obsolete Components. Includes upgrade of the WSRA server software for compatibility with the new hardware. The Government is not aware of any other vendors that are authorized to provide, service, or support Pro Sensing Inc software without compromising OEM delivery, or additional markups. The Government intends to acquire this service under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. The Government intends to solicit and negotiate directly with Pro Sensing Inc., under the authority of FAR 13.106-1(b)(1)(i). This is not a solicitation for competitive quotes. However, if any authorized party that can provide this product without compromising manufacturing delivery or mark ups may submit a statement of capabilities, which if in timely received, will be considered by NOAA OMAO. A statement of capabilities to include the detailed service including manufacture authorization, and OEM agreement, and a price list, this shall be received by 5:00pm EST on June 3, 2021. A determination by the Government not to compete this proposed requirement is based upon responses to this notice and it is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of the required service while also be authorized by the manufacture. The capability statement, a price list and any other information furnished must be in writing and must contain material in sufficient detail to allow the Government to determine if the party can meet all of the system requirements. Capability statements and related materials must be e-mailed to Christopher Baker at https://app.smartsheetgov.com/b/form/570863dbdb5c4c4896f9e668bca03a5c by 5:00pm EST on June 3, 2021.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/95c5fb54589c48aeb0e249c63e8c9060/view)
 
Place of Performance
Address: Amherst, MA 01002, USA
Zip Code: 01002
Country: USA
 
Record
SN06009601-F 20210523/210521230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.