Oklahoma Bids > Bid Detail

REQUEST FOR INFORMATION (RFI) REPLACEMENT FOR TEMPORARY POWER SOURCE (TPS) WSR-88D NEXT GENERATION WEATHER RADAR (NEXRAD)

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 30 - Mechanical Power Transmission Equipment
Opps ID: NBD00159850761112060
Posted Date: Nov 2, 2022
Due Date: Dec 15, 2022
Solicitation No: NEXRADTPS00001
Source: https://sam.gov/opp/1036ac46ef...
Follow
REQUEST FOR INFORMATION (RFI) REPLACEMENT FOR TEMPORARY POWER SOURCE (TPS) WSR-88D NEXT GENERATION WEATHER RADAR (NEXRAD)
Active
Contract Opportunity
Notice ID
NEXRADTPS00001
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 02, 2022 05:00 pm CDT
  • Original Response Date: Dec 15, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3040 - MISCELLANEOUS POWER TRANSMISSION EQUIPMENT
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Norman , OK
    USA
Description

This RFI is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation or Request for Proposals (RFP). This request for information does not commit the Government to contract for any supply or service. The Government does not intend either to award a contract based on this RFI or to pay for the information that is submitted. This RFI is intended solely for informational and planning purposes as a part of National Weather Service (NWS) market research. No solicitation, statement of work, specification, or requirements package exists at this time. Respondents are advised that the NWS is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. Any information that the vendor considers proprietary should be clearly marked as such. Clearly marked responses to this RFI indicating that information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only.



The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned.



Purpose of this RFI.



The NWS, Radar Operations Center (ROC) WSR-88D NEXRAD Radar Program located in Norman, OK is conducting market research seeking information regarding a replacement for a Transition Power Supply, herein called the “TPS”, Agency Stock Number Reference Identification R400-62. The NWS is seeking to gather ideas, recommendations, and best practices from industry on the availability of replacement TPS assemblies that will meet current power requirements, future technology advancements and allow for fit, form, and function of the current TPS Assembly.



Background.



The NWS ROC NEXRAD Program is responsible for the life cycle support of the WSR-88D NEXRAD radar and related systems. There are 159 operational radars located within the continental United States and selected sites overseas. Each radar consists of three parts; Radar Data Acquisition (RDA), Radar Product Generator (RPG), and various product display systems. The TPS is located within a Transition Power Maintenance Shelter (TPMS), which is adjacent to each NEXRAD radar (Refer to “TPS Location in TPMS Shelters” attachment). The TPS supplies up to 50KW uninterruptable electrical power for the RDA and RPG while transitioning between utility power and generator power in the case of a power outage. This system conditions power to prevent the damage to NEXRAD equipment during power surges and brown outs.



Discussion.



In reference to the “TPS Equipment Layout Overview” attachment, the current TPS assembly is comprised of a main control assembly made by the Powerware Company (Model Number 9315-50, part number P05003111001112) and a battery cabinet (Model Number 685, part number BW050J141110001) which contains a bank of 40 batteries with battery adapter flags. The TPS also utilizes a cabinet divider, which contains various capacitors, contactors, and power transformers, a DC Capacitor Pan Assembly that acts as an interface between the TPS and backup batteries, a Maintenance By-Pass Module, which provides circuit breakers, an Inverter Assembly, Rectifier Assembly, and a Static Switch Module. The current TPS assembly has reached its expected end of life (EOL) and support availability.



Requirements.



The NWS is looking to ensure that there are assemblies available in the marketplace that will meet the minimum power backup requirements needed by the NEXRAD radar. It is therefore anticipated that the assembly chosen as a replacement for the current system will require efforts for hardware delivery, installation, compatibility, user training, and all applicable documentation. The following minimum hardware and software technical requirements apply:



Configuration Characteristics.




  • The unit shall have an upgrade path for future service life extension.

  • The unit shall be capable of being maintained by a maintenance or service contract.

  • The unit shall have a life cycle of at least 15 years.

  • The unit shall be at the start of its life cycle.

  • The unit shall be capable of fitting through a 47 inch door with a 6 inch step.

  • The unit shall be capable of being installed in an 11’x7’x8’ shelter and meet all of the units clearance requirements. Please see appendix B for diagrams of the shelters.

  • The unit shall have a top cable entry.

  • The unit shall have an operating temperature of 0 - 40 degrees Celsius.

  • The unit shall be capable of operating at an elevation of at least 3300 meters (MSL).

  • The unit shall be capable of operating at a relative humidity of 20% - 80%.



Power Characteristics.




  • The unit shall be capable to receiving three phase 208VAC power from the utility company.

  • The unit shall supply three phase 208VAC power to the radar.

  • The unit shall be an online double conversion Uninterruptable Power Supply (UPS).

  • The unit shall be a four wire system with three power wires, a neutral, and a separate ground wire.

  • The unit shall be rated to supply 50 KVA of power.

  • The unit shall be capable of maintaining 25KW at a power factor of .8 for at least 30 minutes without a voltage or current drop.

  • The unit shall have a total harmonic distortion (THD) of 5% or less



Maintenance Characteristics.




  • The unit shall have a modular line replaceable unit (LRU) concept that can be field replaceable.

  • The unit shall have the capability to isolate failures to the LRU.

  • The unit shall have an MTBF of no less than 220,000 hours.

  • The unit shall have modular LRU that can be individually procured and stocked at the National Logistic Support center (NLSC).

  • The unit shall display all alarms, failures, and vital information about the unit’s function on a display screen on the unit.

  • The unit shall have a maintenance bypass module that allows the unit to be isolated from the power grid without interrupting power to the critical load.

  • The unit shall have a network port that allows for alarms and other data to be used for external monitoring.

  • The unit shall use either TCP or UDP to transmit the monitoring data.

  • The unit shall have relays that allows the monitoring of shelter alarms. The shelter alarms can include but are not limited to fire, hydrogen, and temperature alarms. The unit should be able to use these inputs to determine if action is needed and then perform the required action. The actions may be to power off, in case of a fire or high hydrogen concentration, or to transitions into bypass if the temperature is too high.

  • The manufacturer shall provide the option for a maintenance contract.

  • The maintenance contract shall provide preventative, depot level, and routine maintenance.

  • The manufacturer shall demonstrate commercial longevity in order to provide a maintenance contract for the life cycle of the unit.



Training.



Each TPS Assembly will be deployed to the field and maintained by site technicians as well as other associated support personnel. Training in the form of overall TPS functionality, hardware and software error code fault diagnostics, advanced trouble shooting procedures, preventative maintenance, required equipment calibrations, equipment electrical signal communications, and operator safety considerations will be desired.



Documentation.



The manufacturer shall provide applicable operation and maintenance manuals. It will be highly desired that the information provided in these manuals will allow for enhanced depot level type maintenance. Depot level maintenance for this RFI SS is defined as high-level maintenance performed on equipment requiring major overhaul or substantial or complete rebuilding. In addition, it will be highly desired that the Federal Government be granted rights to the applicable drawings and documentation.



Administration.



Interested parties are requested to provide an information package addressing their approach to meeting the requirements listed in sections 4 through 6.



All information submitted in support of this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate respondents for any cost incurred in developing information provided to the United States Government. The response date for this RFI is December 15, 2022. No phone calls or collect calls will be accepted. . All responses to this RFI may be sent to the technical contact Ms. Tammy Buie, email tammy.k.buie@noaa.gov with courtesy copy to the Contracting Officer Mr. Nicholas DeGuire.



Note: Ensure that all responses have “NEXRADTPS00001” in the title of the email. Avoid providing proprietary information in your questions as our intent is to post all questions and answers to the Federal Business Opportunities website. Submission of questions will be deemed permission to post the questions with a response at https://www.SAM.gov.



Attachment/Links



- Current TPS Equipment Layout Overview



- TPS Location in TPMS Shelters


Attachments/Links
Contact Information
Contracting Office Address
  • EASTERN ACQUISITION DIVISION FED BLDG 200 GRANBY ST SUITE 815
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 02, 2022 05:00 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >