2) Since the SODAR will be use in junction with the ATDD 30-m flux tower system, the SODAR must provide measurements at a minimum height of 20m in order to assimilate the two measurement platforms as well as evaluate measurement accuracies.
3) Based on previous SODAR observations of the nocturnal jet observed at the ATDD's Ocotillo wind farm location, the SODAR must provide an average maximum measurement height of 700m. The average maximum height is based on an average across all atmospheric conditions with the exception of precipitation.
4) The number of vertical levels (gates) (user selectable) must be between 50-100 with a minimum range gate of 10m.
5) The averaging period for reported velocity and turbulence profiles must be user selectable between 10 to 60 minutes
6) The SODAR must be capable of resolving horizontal winds over a speed range between 0 to 30 m/s.
7) The SODAR must be capable of resolving vertical wind speed between a range of-3 to 3 m/s.
8) The SODAR winds speed accuracy should be 0.25 m/s or better.
9) It is critical that the basic instrument footprint for the SODAR transducers and electronic case must be less than <1 m2 with a total weight of transducers and electronics less than 30kg
10) The SODAR must be able to operate on either AC or battery power with basic requirement of 12-24 volts and must be solar capable.
11) The SODAR must be capable of operating in remote environments with ambient operating ambient temperatures between -10degrees C to +40 degrees C.
12) The SODAR system must be capable of remote interrogation through WiFi, ethernet, or wireless cellular modem (wireless modem supplied by ATDD)
13) Due to potential deployment within urban environments, the SODAR system must provide an ambient noise rejection algorithm.
14) Required delivery 30 days ARO. Place of delivery is NOAA/OAR/ARL/Atmospheric Turbulence and Diffusion Division, 456 S. Illinois Avenue, Oak Ridge, TN 37830, USA. Delivery shall be FOB Destination.
15) The offeror must be registered in the Central Contractors' Registry (CCR) and Online Representations and Certifications (ORCA). DUNS # to be provided.
This award will be made under simplified acquisition procedurers and Other Than Full and Open Competition, as authorized by FAR 6.302.1. This notice is neither a request for competitive proposals nor a solicitation of offers. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The intent of this procurement is to award based on Sole Source requirement. The anticipated award date is June 30, 2011. Any technical questions should be directed to William R. Pendergrass at 865-576-6234 or email to [email protected]. Written inquiries or comments regarding this announcement may be faxed to 865-576-1327 or by email to [email protected]