SOLICITATION NOTICE
66 -- WIRELESS TEMPERATURE MONITORING SYSTEM
- Notice Date
- 8/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
- ZIP Code
- 20705
- Solicitation Number
- FSIS3AB004
- Response Due
- 8/17/2004
- Archive Date
- 9/1/2004
- Point of Contact
- Lorna Craig, Contracting Officer, Phone 301-504-4278, Fax 301-504-4276,
- E-Mail Address
-
lorna.craig@fsis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation, Request for Proposal RFP FSIS-31-B0-04 , for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6 as supplemented without additional information in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 19. This is 100 percent small business set-aside. The NAICS code is 334513, the size standard is 500 employees. The USDA Food Safety Inspection Service Western Laboratory has the need 1(one) each of a wireless, computerized, temperature monitoring, recording, logging and alert system. When the temperature variance exceeds acceptable limits the system shall immediately trigger an email and text message alert to a cell phone with a detailed description of the reason for the alert and record and archive all corrective actions. SPECIFICATIONS are as follows. Wireless Technology shall include an unlicensed operating frequency of 902-928 MHz range that does not interfere with other wireless devices, communication shall utilize frequency hopping spread spectrum wireless technology and shall use a proprietary protocol in which redundant data packets broadcast over four frequencies for reliable data transmission. Transmitters (Sensors) operate within an environment of minus 13?F to plus 120?F detectable range, open field range of 2,000 ft, default transmission interval every 15 minutes, various external sensor types available for liquid, air, penetration, and ultra low temperatures, etc. Battery type for the sensors is 3.0V Lithium with a battery life of approximately 4 years at room temperature. Dimensions are approximately 3.5x1.7x92?. Repeaters operate in an environment of -20?F to + 120?F with an open field range of 4 miles with external transformer supplies and back up batteries for 14 VAC, 70mA provided. Receivers operate in an environment of 32?F to 120?F, powered with 11-14 VDC (external transformers supplied), output signal 9600 Baud serial data, output connection DB9 connector, and dimensions of approximately 6.8 x 3.8 x 1.2?. Offers must include descriptive literature, price, time required for delivery, and support plan information and 52.212-3 Offeror Representation and Certification filled out. DELIVERY INSTRUCTIONS: Product shall be shipped to USDA/FSIS, Western Laboratory, 620 Central Avenue, Building 1, Alameda, CA 94501. PROPOSAL INSTRUCTIONS: The provisions of 52.212-1, Instruction of Offerors-Commercial; 52.212-2 Evaluation-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items apply to the RFQ. Evaluation Criteria to be used in FAR 52.212-2 Evaluation-Commercial items are (1) Product specifications/technical capability. (2) Past performance (3) Price. Offerors should provide the following for evaluation: descriptive/ technical literature, quantity, price (shipping shall be by F.O.B. Destination with shipping costs included in the price), delivery time, references and phone numbers, and 52-212-3 Offeror Representations and Certification filled out. In compliance with Clause 52.222-35 vendors shall submit a VETS-100 Report. Vendors must be registered in the Central Contractors Registration (CCR) in order to be awarded a contract. The template for information necessary for registration can be found on the CCR website. Proposal must be received by 4:30 PM on August 17, 2004. Quotes can be FAXed to 301-504-4276 or emailed.
- Place of Performance
- Address: USDA/FOOD SAFETY INSPECTION SERVICE, WESTERN LABORATORY, 620 CENTRAL AVENUE, BUILDING 1, ALAMEDA, CA
- Zip Code: 94501
- Country: USA
- Zip Code: 94501
- Record
- SN00639489-W 20040811/040809211710 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |