Federal Bid

Last Updated on 11 Aug 2012 at 8 AM
Solicitation
Location Unknown

Upgrade of a Light Detection and Ranging (LIDAR) wind measurement from a Legacy WindTracer system to a WTX WindTracer Doppler LIDAR system.

Solicitation ID DTRT57-12-R-20019
Posted Date 12 Jul 2012 at 8 PM
Archive Date 11 Aug 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 6913g6 Volpe Natl. Trans. Sys Cntr
Agency Department Of Transportation
Location United states
In accordance with Federal Acquisition Regulation (FAR) Part 5.2 - Synopses of Proposed Contract Actions; This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT in accordance with FAR Part 6.302-1 - Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. The Government intends to award a sole source contract to Lockheed Martin Coherant Technologies, Inc. 135 S. Taylor Ave, Louisville, CO 80027. This procurement is for an upgrade of a Light Detection and Ranging (LIDAR) wind measurement from a Legacy WindTracer system to a WTX WindTracer Doppler LIDAR system. There are no solicitation documents, however contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. The LIDAR wind measurement equipment shall meet the following specifications:

The Contractor LMCT shall supply the following items and services:

I) Equipment

LMCT shall deliver the NextGen transceiver necessary to be updated to the WTX WIndTracer Dopplar LIDAR "WTX System" with the following specifications:

• The distance for the first valid wake data collection event shall be no larger than 300 meters i.e. satisfy the "big-bang" characteristics of 300 meters, i.e. Satisfy wake turbulence data collection at airport environment.
• Work correctly with the new or modified software for wake and wind applications.


II) Delivery/ Installation

Upgrade Legacy System in Current Shelter (FAA1) to WTX System in new shelter (FAA1.A)

• LMCT shall coordinate with Government to properly receive the Government furnished property* by the Volpe staff.

• Transfer components from FAA1, less the Legacy Transceiver, to FAA1.A

• LMCT shall transfer components from FAA1, less the legacy transceiver, to FAA1.A in a new shelter. Also, the legacy transceiver shall be removed with care to ensure it will be useable as a spare part for other legacy WindTracers the Government owns.

• Ship FAA1's old shelter, the legacy transceiver and associated parts to Otis Facility.

• LMCT shall coordinate with Government to properly receive the legacy transceiver and the shelter.

• Install WTX system in FAA1.A and integrate it with other components and test it.

• LMCT shall conduct a video conference, in coordination with Government personnel showing the updated WTX system in FAA1.A together with a walk through tour of the new functionalities. A satisfactory result from the conference is considered as an acceptance of the deliverable.

• Ship FAA1.A to JFK Airport

* Government Furnished Property

• FAA1 Date of Delivery to LMCT Facility: Two Weeks Prior to Completion of Fabrication of the WTX System.
• FAA1.A Date of Delivery to LMCT Facility: Two Weeks Prior to Completion of Fabrication of the WTX System.

III) Software Upgrade

The modified suite of offline wake processing software shall allow the current legacy LMCT wake vortex processing software to run on the WTX system generated data products. Since after the WTX upgrade, Volpe Center will be operating to process data from three variants of the WindTracer - (1) Upgraded WTX, (2) Hybrid with MAG1A, and (3) Legacy with MAG1A. The modified software suites shall be able to handle data correctly from the three variants of WindTracer. Any new features in hardware and software shall be provided in documentation.

IV) Training

One-day training shall be provided at the LMCT site with the upgraded WTX system installed on FAA1.A present at the site. The training shall accommodate 10 persons. The training date shall occur within two weeks of the completion of the upgrade. Hands-on exercises shall be included.

Training material shall cover the following and any other new features:
• WTX transceiver installation procedure and dissemble procedure for shipping.
• System configuration for wake and VAD mode
• Swapping of configuration files for efficient data collection when wind switched direction
• Alignment of scanner
• Data format for different mode of data collections

Revised LIDAR System Manual shall cover details of the WTX System Upgrade and new features different from the Legacy transceiver, eye safety procedure, and any details on data format for three variants of the WindTracer. An electronic version of the revised manual shall be emailed to COTR three days before the training is conducted.

V) Warrantee of WTX and Legacy transceiver

The Warranty for the WTX transceiver system shall be for 90 days from the date of Government acceptance. The warrantee shall include repair and/or replacement days.

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, March 20, 2012. 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: Darren Shaffer, Contracting Officer, U.S. DOT, RITA, Volpe National Transportation System Center, 55 Broadway, Cambridge, MA 02142. NO ORAL INQUIRIES WILL BE ANSWERED.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Mar 2015 at 7 PM
Location Unknown 21 Mar 2019 at 7 PM
Location Unknown 07 May 2015 at 7 PM
Location Unknown 19 Aug 2015 at 2 PM