1. Pulsed lidar system
2. Eye-safe
3. Horizontal or 3D wind profile measurement to a minimum altitude of 1500 ft.
4. Minimum range of 2km
5. Performing wind measurements with a minimal update rate of 10 minutes
6. Minimum laser range/line of sight resolution of 100 ft throughout the wind profile
7. Resolve the direction of the Doppler shift along line of sight
8. Ability to resolve wind magnitude and direction under 2 knot winds
9. Wind measurements to at least 50 knots
10. Minimal velocity resolution of 1 knot
11. Documented measurement accuracy by comparison with a tower-mounted anemometer
12. Can be carried by field personnel
13. Transportable by vehicle
14. Power usage less than 1000 Watts
15. Unattended operation for one month minimum
16. Capable of scanning in velocity-azimuth-display (VAD) mode with variable elevation angles to obtain horizontal/3D wind profiles
17. Capable of scanning in a range-height-indictor (RHI) mode for maximum accuracy for just crosswind or Headwind
18. Networkable
19. Designed to operate in saline/marine environment
20. At least 0.001 radians scanner resolution (1 m at range 1 km)
The commercially available Lidar system shall also have the flexibility to be expanded/upgraded only with software modifications to obtain:
1. Aircraft wake scan at fixed azimuth and varying elevation with a minimum update rate of 20 Hz
2. Overlapping range gate capability
3. Continuous/smear scan data collection
4. Position-Plan-Indicator (PPI) scan of azimuth scan of 360° at fixed elevation angle
5. Zig-Zag scan for axial detection of wake vortices or jet blast applications
6. Real-time storage of at least 128 point Fast Fourier Transform (FFT) Doppler spectra, backscatter, signal-to-noise ratio (SNR) and standard deviation of winds, for detailed profiling within planetary boundary layer
7. Incorporates an automated laser check by either monitoring the monitoring pulse or scheduled hard target return characterizations
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested companies must submit a maximum of three, but no less than two pages of documentation that addresses their capabilities to meet the stated requirement. The documentation must provide clear and convincing evidence of the company's capability to use an existing commercially available product to meet the required above criteria. Such documentation will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this requirement on a full and open competitive basis, based on responses received to this synopsis, is solely within the discretion of the Government. Telephone calls made in place of the required documents will not be accepted. The North American Industry Classification System (NAICS) is 334519 with a small business size standard of 500 employees.
This proposed action is for a commercial item for which the Government intends to solicit and negotiate with only one source in accordance with FAR Part 6.302-1. All responses received within 15 calendar days after date of publication of this synopsis will be considered by the Government. Responses received after 15 calendar days of synopsis publication will be regarded as non-responsive and will not be considered. Written capability statements must be received no later than 2 pm eastern standard time, August 23, 2011. All responses to this notice must be in writing and may be transmitted via e-mail (include title of synopsis and solicitation number) to, [email protected] or sent to: Carl Chin, Contract Specialist, U.S. DOT, RITA, Volpe National Transportation System Center, 55 Broadway, Cambridge, MA 02142. NO ORAL OR E-MAIL INQUIRIES WILL BE ANSWERED.