SOLICITATION NOTICE
66 -- Non-Tethered Profiler System
- Notice Date
- 8/27/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- DG133F-05-RQ-1855
- Response Due
- 9/7/2005
- Archive Date
- 9/22/2005
- Point of Contact
- Sandra Shaffner, Contract Specialist, Phone 301-713-0820 X164, Fax 301-713-0808, - Mario Checchia, Contract Specialist, Phone 301-713-0820, Fax 301-713-0806,
- E-Mail Address
-
Sandra.Shaffner@noaa.gov, Mario.A.Checchia@noaa.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Part 13, using Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number DG133F-05-RQ-1855 is issued as a request for quotes and is solicited under full and open competition. The NAICS Code is 541710. The DOC/NOAA, Chesapeake Bay Office is seeking a continuous, real-time reporting, non-teathered, shallow water, profiling water quality and optical property measurement instrument for monitoring full water column conditions. See the Statement of Work. A purchase order with a nine (9) month period of performance is planned. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-05. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; 52.232-1, Payments; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; and, 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form). The quote shall include an approach; how the work will be performed and managed, and a firm fixed price. The evaluation factors are approach, past performance, and price. All responsible sources with the capabilities to provide the items listed above may respond to this solicitation by submitting a quote electronically to Sandra.Shaffner@noaa.gov and in hard copy that is no longer than ten (10) pages, addressed to Sandy Shaffner, 1305 East West Highway, SSMC4, Suite 7144, to be received no later than 2:00 PM EST, September 6, 2005. Facsimiles will not be accepted. It is the offerors responsibility to confirm NOAA’s electronic receipt of quote. The resulting award shall be made on a firm fixed price basis. The government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. Statement of Work Non-Tethered Profiler The NOAA Chesapeake Bay Office (NCBO) is implementing ecosystem based resource management activities in Chesapeake Bay through habitat restoration, assessment, and monitoring. New environmental monitoring and observation techniques are being developed through NCBO as contributions to the US Integrated Ocean and Coastal Observation System (IOOS). This requirement will address NCBO’s need to develop a continuous, real-time reporting, shallow water, profiling water quality and optical property measurement instrument for monitoring full water column conditions. Additionally, the instrument must be suitable for use in validating three dimensional trajectory mapping models – that is, capable of un-tethered, autonomous operation with interactive, programmable, buoyancy-controlled vertical behavior. The instrument must also meet the shallow water monitoring needs of the Chesapeake Bay Program, be compatible with other systems used in the Chesapeake Bay Observing System, and be flexible in its capability to add new sensors. System must be available for testing before November of 2005 and for full deployment in summer of 2006. The Contractor shall deliver a profiler meeting the above requirements, to the NOAA Chesapeake Bay Office (NCBO), to provide a cost-effective solution for monitoring key water quality parameters in estuarine and nearshore environments, and to provide validation for three dimensional trajectory modeling in the Chesapeake Bay. The profiler will be a programmable, real-time reporting, self-contained, autonomous vertical profiling platform with an integrated control system, a power system, and a telemetry unit. The profiler is designed to carry a number of physical, optical and biological sensors. Deliverable 1 – System specification document. A detailed document describing the intended operation, configuration, use, software, and specific sensor requirements of the system. Reviewed and approved by NOAA Chesapeake Bay Office. Sixty days after contract initiation. Deliverable 2 – Demonstration of profiler. Perform testing with selected sensors at the contractor’s site, followed by an on site test in the Chesapeake Bay using an existing profiler unit. Following the Chesapeake Bay test the profiler unit and new sensors would return to the contractor’s site for continued testing and integration. On site demo would occur in the fall of 2005. NCBO will provide ship support for deployment and recovery of the system. Deliverable 3 – Completed profiler system, with water quality monitoring sensing suite. Utilizing knowledge gained from field testing to create design criteria for new unit, the contractor shall design, build, and field test new profiler units, and deliver new profiler unit for testing to NOAA Chesapeake Bay Office in the spring of 2006. Deliverable 4 – Provide training necessary for operation of profiler unit, including deployment and recovery operations, profiler assembly and setup, turn around and storage, bench testing and debugging procedures, software use, and safety procedures. Continue to provide remote technical assistance to ensure continued successful operation. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/DG133F-05-RQ-1855/listing.html)
- Place of Performance
- Address: 410 Severn Avenue, Suite 107A Annapolis, MD
- Zip Code: 21403
- Country: USA
- Zip Code: 21403
- Record
- SN00881378-F 20050829/050827211808 (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 |