Skip to main content

An official website of the United States government

You have 2 new alerts

Vaisala DA10-DIAL Atmospheric Profiler

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 05, 2024 10:11 am MDT
  • Original Response Date: Jul 17, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6660 - METEOROLOGICAL INSTRUMENTS AND APPARATUS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    USA

Description

Notice Number: 145026240047SM

Notice Type: Sources Sought Synopsis

Title: Vaisala DA10-DIAL Atmospheric Profiler

Response Date: 07/17/2024

This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions.

The National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), National Severe Storms Laboratory (NSSL) conducts extensive research into atmospheric boundary layer processes in an effort to better understand and predict severe storms. The NSSL and University of Oklahoma (OU) have begun to fill this observation gap through the development of the Collaborative Lower Atmosphere Mobile Profiling System (CLAMPS) that includes a microwave radiometer and an atmospheric emitted radiance interferometer (AERI) for profiling temperature & moisture, as well as a scanning Doppler lidar (DL) for measuring the winds, plus radiosonde capabilities.

INTENDED USE/PURPOSE:

Vaisala’s DIAL Atmospheric Profiler DA10 is a high-performance differential absorption lidar (DIAL) instrument for enhanced severe weather forecasting and climate modeling with advanced, real-time water vapor profiles. DA10 offers continuous and unattended real-time water vapor profiling for operational observation networks. Because of continuous water vapor mixing ratio profiles, it is ideal for severe weather forecasting and nowcasting. This is the only known instrument that can meet the Government’s needs, and this notice’s intent is to identify any other products that meet the full requirements listed below.

SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:

Measurements:

Atmospheric profiles: Water vapor mixing ratio profile in g/kg; Attenuated backscatter profile; Uncertainty for water vapor mixing ratio

Atmospheric parameters: Cloud base heights (up to 5 layers); Cloud penetration depth or cloud thickness; Precipitation/fog detection; Sky condition; Surface PTU (pressure, temperature, and humidity measured by WXT534)

Measurement performance:

Measurement range accuracy against hard target: ±5 m (16 ft 5 in)

Water vapor profiles:

Measurement range: 50–4000 m (164–13 000 ft)

Reporting time resolution: 1 min

Reporting height resolution: 9.6 m (31 ft 6 in)

Averaging time: 20 min

Attenuated backscatter profiles:

Measurement range: 0–18 000 m (0–59 000 ft)

Reporting time resolution: 1 min

Reporting height resolution: 4.8 m (15 ft 9 in)

Operating environment:

Operating environment: Outdoor use

Operating temperature: −50 … +55 °C (−58 … +131 °F)

Storage temperature: −50 … +60 °C (−58 … +140 °F)

Operating humidity: 0–100 %RH

Maximum wind speed, without guy wires: 30 m/s (67 mph)

Maximum wind speed, with guy wires: 50 m/s (112 mph)

IP rating (when inside radiation shield, excluding window blower): IP66

Powering:

Nominal voltage: 120 V AC, 8 A; 230 V AC, 4.2 A

Operating voltage: 90–130 / 200–250 V AC

Overvoltage category: CAT II

Operating frequency: 50–60 Hz

Power consumption:

With heating: Max. 960 W

Without heating: Max. 200 W

Data communication:

Data interface: Ethernet (> 10 Mbit/s)

Maintenance interface: Ethernet

Message format: NetCDF

Status information: Internal monitoring data

Mechanical specifications:

Dimensions (H × W × L): 1970 × 850 × 585 mm; (77.56 × 33.46 × 22.03 in)

Weight, total: 180 kg (400 lb)

Weight, radiation shield: 90 kg (200 lb)

Weight, far-range measurement unit: 60 kg (135 lb)

Weight, near-range measurement unit: 25 kg (55 lb)

Material: Aluminum

Color: White (RAL9003)

Coating: Multi-layer coating to prevent environmental corrosion

Compliance:

EU directives and regulations: LVD, EMC, RoHS

EMC immunity: EN 61326‑1, industrial environment

EMC emissions: CISPR 32 / EN 55032, Class B; FCC part 15 B, Class B; ICES‑3 / NMB‑3 (Class B)

Electrical safety: IEC/EN/UL/CSA‑C22.2 61010‑1

Eye safety: Class 1M laser product; IEC 60825‑1:2014 (Edition 3.0) and; EN 60825‑1:2014 + A11:2021

Compliance marks: CE, China RoHS, FCC, ICES, RCM, UKCA

DELIVERY SCHEDULE:

Deliver by 8 weeks after date of award.

The North American Industry Classification Code (NAICS) is 334516 with a size standard of 1,000 employees.

Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm’s capability and experience meeting the requirements herein and include your firm’s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above.

This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government’s requirements.

No entitlement to payment of direct or indirect costs or charges by the Government will arise because of the submission of contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website.

NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.

Contact Information

Contracting Office Address

  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 01, 2024 10:00 pm MDTSources Sought (Original)