The Contractor shall supply the following spare parts for the WindTracer Pulsed LIDAR System:
1. One unit of WindTracer Transceiver/CEU MAG-1A and Associated Electronics as specified below
This Transceiver consists of:
a. The laser which sends the light out and collect the photons reflecting back.
b. The Control Electronics Unit (CEU) which contains transceiver electronics.
c. Heat Exchanger.
d. Power Supply.
e. Any other electronics, cables, connectors necessary to make the WindTracer Transceiver works.
f. Shipping Creates for transceiver, heat exchanger, power supply, and CEU.
2. One unit of WindTracer Legacy Scanner:
a. User Controllable Scanner which allows user to set the azimuth range and elevation range.
b. Head which contains a video camera to give system operator direction pointing feedback.
c. Heaters on the scanner window, mirrors, and seals.
d. Scanner driver, controls the scanner, rack mountable.
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.