SOLICITATION NOTICE
66 -- Towed Video Plankton Recorder System
- Notice Date
- 6/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133F-05-RQ-1580
- Response Due
- 7/11/2005
- Archive Date
- 7/26/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. EA133F-05-RQ-1580 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-04. The applicable NAICS number is 334519 and the small business size standard is 500 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The United States Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Northeast Fisheries Science Center, is soliciting quotes for the purchase of the following equipment: 1 each Towed Video Plankton Recorder System: Strobe assembly in underwater housing; 1 each Camera assembly in underwater housing; 1 each Maine electronic housing; 3 each Battery pack and 1 each Battery charger and charger assembly. The Towed Underwater System must meet the following specifications: (1) can image zooplankton in a size range from approximately 2 microns and 2.5 cm at a frame rate of at least 15 frames per second; can be towed at a speed of least 4 knots (2 m/sec); can measure water depth, temperature and salinity at a rate of a least 8 scans per second, store the data such that it can be associated with the appropriate video images, and communicate this environmental information in real time through a conducting cable for display on board the vessel; has sufficient battery life and internal memory storage to operate the system and store the data on deployments of at least 2 hours duration; allows the battery and memory modules to be replaced without opening the main electronics housing of the instrument; has compatible software for post-deployment processing to extract zooplankton images from the stored images files and to identify and enumerate those images by species for the dominant zooplankton taxa on the northeast continental shelf region. Delivery shall be to U.S. Department of Commerce, NOAA, NMFS, Operations Mgmt & Info Service/F/NWVCX23, 166 Water Street. Woods Hole, MA 02543-1026. Inspection and acceptance of equipment shall be performed at destination. Facsimile or e-mail quotes are acceptable and may be faxed to 757-441-3786 or e-mailed to Linda.C.Stein@noaa.gov. The Closing Date for receipt of quotes is 11 July 2005 at 4:00 p.m. EDST. Quotes may be F.o.b. Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin, Freight Prepaid quotes MUST include shipping prices for the purposes of evaluation quotes to determine lowest overall cost to the Government. F.o.b. Origin, Freight Prepaid quotes must include freight information to be considered responsive. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. For information regarding this RFQ contact Linda Stein (757) 441-6573, e-mail Linda.C.Stein@noaa.gov or mail Linda Stein, Contract Specialist, U.S. Department of Commerce, Eastern Region Acquisition Division, 200 Granby Street, Norfolk, VA 23510. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors?Commercial Items (JAN 2004). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) award will be made to the offeror proposing the best value to the Government considering technical acceptability, price, delivery, and past performance, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items(MAR 2005) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) with the following addenda: FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), and FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Full text may be accessed electronically at internet address: www.arnet.gov/far. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005)(a)(b), FAR 52.222-3 Convict Labor (JUNE 200E)(E.O. 11755), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JUN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans(DEC 2001)(38 U.S.C. 4212), FAR 52.225-3 Buy American Act Free Trade Agreement-Israeli Trade Act (Jan 2005)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pul. L 108-77, 1-8-78) Alternate I (JAN 2004) of 5225-3; FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(U.S.C. 3332). Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Nomenclature, Part Number, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to Linda.C.Stein@noaa.gov or by calling the agency. Numbered Note 12 applies.
- Record
- SN00837711-W 20050630/050628211754 (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 |