Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

58 -- LIDAR TRANSCEIVER

Notice Date
June 11, 2001
Contracting Office
Department of Commerce, Mountain Administrative Support Center, Acqusition Management Division, MC3, 325 Broadway, Boulder, Co 80305-3328
ZIP Code
80305-3328
Solicitation Number
51RANR100031
Response Due
June 28, 2001
Point of Contact
Procurement Technicians (303.497.3221; FAX: 303.497.3163)
E-Mail Address
click here to contact the contracting officer via (douglas.hargrove@noaa.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, (Streamlined Procedures) for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice and in accordance with FAR part 13. This announcement constitutes the only solicitation. A written solicitation will not be issued. The solicitation number is 52RANB100031 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The NAICS Code is 334220, and the small business size standard is 750 employees. Any amendment(s) hereto will be published only in the Commerce Business Daily. The NOAA Environmental Technology Laboratory (ETL) designs, builds, and deploys lidar systems to monitor the Earth's atmosphere from various platforms deployed to locations worldwide. As part of our current development efforts, ETL is developing a lidar system that will be used for aerosol measurements from an aircraft platform. As part of this system, ETL will require a lidar transceiver to be constructed that is compact, lightweight, robust, and has low power consumption. The transceiver will consist of a pulsed laser light source, power supply, transmitting and receiving optics, and detector package. SPECIFICATIONS for CLIN 0001 (one lidar transceiver): ELECTRICAL/MECHANICAL/ENVIRONMENTAL SPECIFICATIONS: Maximum size (power supply 63x28x46 cm, head 32x32x41 cm). Maximum weight (power supply 48 kg, head 12 kg). Power consumption less than or equal to 2000 W. Operating voltage (110 VAC 60 Hz 1phase with option to move large power consumption circuits to 110/220 400Hz power). No liquid nitrogen or external secondary water cooling required, and minimal airflow requirements. Operating/shipping temperature ranges (operating 10 C to 35 C, shipping -10 C to 50 C with primary cooling loop drained). Electronics are compatible with standard 19" rack. Robust in a potentially high vibration environment. Transmitter/receiver aperture (both together must fit within a 14" diameter aperture). Best practices employed consistent with an operating altitude ceiling greater than or equal to 4.6 km. Head must be able to be operated in any orientation. OPTICAL/ELECTRONIC SPECIFICATIONS: Laser wavelength setable from 1.550 -- 1.560 microns. Laser linewidth less than or equal to 1.0 nm. TEM00 elliptical gaussian spatial mode. Pulse energy greater than or equal to 100 mJ/pulse. Pulse length less than or equal to 10 ns. Pulse repetition frequency greater than or equal to 20 Hz. Absolute frequency stability less than or equal to 0.1 nm. Pulse energy stability 10% rms pulse to pulse with provision for monitoring pulse energy. Beam pointing stability at transmitter exit less than or equal to 100 microradians. Minimum power-aperture product 1000 W-cm^2. Lidar transmitter must be eyesafe at the exit aperture. Minimum range: Full overlap at less than or equal to 200 m (full overlap = 98% of laser beam in telescope's field of view) (without detector saturation). Far range sensitivity: Lidar system must be able to detect aerosol layers up to a range of 6 km with a vertical resolution of 30 m and a temporal resolution of 1 s. Minimum detectable aerosol backscatter is 25% of Rayleigh backscatter at 1.55 microns (corresponding to a minimum detectable scattering ratio of 1.25). Signal input/output format (TTL digital signals and detector output analog signals capable of driving 50 ohms impedance to +/-1 V levels.). Computer control of laser (emission on/off, pulse repetition frequency, and pulse energy) should be through a common communications standard such as RS232. Delivery of the transceiver shall be F.O.B. Destination to NIST, 325 Broadway, Boulder, CO 80305-3328, and shall be made on or before 105 calendar days after the date of award. Award will be based on best value provided to the Government with technical merit, delivery schedule, past performance, and price. Forms and clauses stipulated herein may be downloaded via the internet at the following address: http://www.masc.noaa.gov/masc/amd/prc_cont.html. Interested parties are responsible for accessing and downloading documents and forms from that (or any other) site. Firms without access to the internet may call 303/497-3221 and request that copies of the clauses, provisions, and/or forms, be either mailed or faxed to them. Offers shall include (1) a properly completed and signed Standard Form 1449 and (2) a completed copy of FAR 52.212-3 (Jan 2001), (Offeror Representations and Certifications -- Commercial Items). The firm fixed-price shall include any/all equipment, delivery, technical service and support required, FOB Boulder, Colorado. The following provisions and clauses apply to this solicitation: FAR 52.212-1 (Oct 2000), (provision) Instructions to Offerors -- Commercial Items // FAR 52.212-3 (Jan 2001), (provision) Offeror Representations and Certifications -- Commercial Items (NOTE: Offerors shall include with their offers a completed copy of the provision at FAR 52.212-3.) // FAR 52.212-4 (May 1999), (clause) Contract Terms and Conditions -- Commercial Items // FAR 52.212-5 (Feb 2001), (clause) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items including the following FAR clauses referenced in FAR 52.212-5, subparagraphs (b) (1), (5), (7), (11), (12), (13), (14), (15), (18), (19), (21), (22), and (24). Offers will be evaluated in accordance with the Test Program procedures at FAR 13.500. For further information, please contact Doug Hargrove (303-497-3657). Offers are due at 3:00 P.M. on June 28, 2001 and shall be mailed to: BID DEPOSITORY/ DOC, NOAA, MASC, MC3, Acquisition Management Division, DSRC Room 33-GB506A, 325 Broadway, Boulder, CO 80305-3328. All hand-carried offers must be scanned in Building 22 at 325 Broadway in Boulder, Colorado prior to being delivered to the David Skaggs Research Center., Room 33-GB506A, 325 Broadway, Boulder, CO. If they have not been scanned, they may be refused.
Record
Loren Data Corp. 20010613/58SOL011.HTM (W-162 SN50O5M3)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com