Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
MODIFICATION

66 -- Tethered Profiling System

Notice Date
8/29/2005
 
Notice Type
Modification
 
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-1853
 
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 an amendment to the subject Combined Synopsis/Solicitation. The Statement of Work, Deliverable 3 is changed to read as: Deliverable 3 ? Completed system, with water quality monitoring sensing suite. Delivery will be in spring to summer of 2006. This includes the following: ? Instrument platform components (frame, shell, winch system, rope, etc). ? Water quality sensor suite including turbidity, chlorophyllA, cDOM ? Fast response CTD and optical dissolved oxygen sensor ? Battery pack and batteries for system. ........................ 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-1853 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 requires a compact, low power autonomous bottom-up tethered profiling system which will provide a cost-effective solution for monitoring key water quality parameters in estuarine and nearshore environments. 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 a firm fixed price and will be evaluated based on the following three factors, technical approach, related 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 7, 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. Point of Contact Sandra Shaffner, Contract Specialist, Phone 301-713-0820 X164, Fax 301-713-0808, Email Sandra.Shaffner@noaa.gov ? Mario Checchia, Contracting Officer, Phone 301-713-0820 x141, Fax 301-713-0806, Email Mario.A.Checchia@noaa.gov ..........Statement of Work.......... Tethered Profiling System 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 procurement will address NCBO?s need to develop a continuous, real-time reporting, shallow water, tethered profiling water quality and optical property measurement instrument for rapid, extended deployments in locations under study for assessment or restoration. 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, be capable of collecting optical measurements for validation of MODIS satellite algorithms (NCBO operates a NESDIS COASTWATCH node), 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 compact, low power autonomous bottom-up tethered profiling system which will provide a cost-effective solution for monitoring key water quality parameters in estuarine and nearshore environments. The tethered profiler should be a modular, self-contained, winch-driven profiling platform with an integrated control system, a power system, and a telemetry unit. The tethered profiler must be 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, and software of the profiler system is required. Reviewed and approved by NOAA NCBO Sixty days after contract initiation. Deliverable 2 ? Demonstration of a prototype system. A prototype system will be deployed in waters near NCBO facility to demonstrate the profiling capabilities and to provide an opportunity to comment on the design. This demonstration should in the Chesapeake Bay in the early fall of 2005 and will be coordinated with NCBO. NCBO will provide ship support for deployment and recovery of the system. Deliverable 3 ? Completed system, with water quality monitoring sensing suite. Delivery will be in spring to summer of 2006. This includes the following: ? Instrument platform components (frame, shell, winch system, rope, etc). ? Water quality sensor suite including turbidity, chlorophyllA, cDOM ? Fast response CTD and optical dissolved oxygen sensor ? Battery pack and batteries for system. Deliverable 4 ? Telemetry system integration for instrument. Customer specified as one of the following: wireless radio, cellular, or satellite modem. Customer will supply the system with integration completed by the contractor. Deliverable 5 ? Training and assistance with initial deployment of the system in summer 2006.
 
Place of Performance
Address: 410 Severn Avenue, Suite 107A, Annapolis, MD
Zip Code: 21403
Country: US
 
Record
SN00881556-W 20050831/050829211710 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.