Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

66 -- Drop Camera Systm

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
NCNS1000-6-00040
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, 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 NCNS1000-6-00040 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 334511. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Centers for Coastal Ocean Science (NCCOS), Center for Coastal Monitoring and Assessment (CCMA) has a requirement for the production of a drop camera system capable of allowing NOAA scientists to sufficiently characterize benthic habitats and benthic fish communities from 10 m to 300 m below the sea surface. The drop camera system shall include instruments that allow NOAA scientists to: record ambient water temperature, time, camera depth and camera geographic position; quantify the spatial coverage of biotic and abiotic habitat components (sand, seagrass, coral, sponges, algae) within a known field of view; quantify vertical relief; identify coral and fish to the taxonomic level of species; and determine the size of observed fish. All underwater instruments must be operational from 10 m to 300 m below the sea surface and be protected from minor contact with structures on the seafloor. The auxiliary equipment shall allow NOAA scientists to: observe video of the seafloor from a surface support vessel in real time; store all images, depth, geographic position, and time and temperature data; provide power to all equipment; help NOAA scientists deploy and collect underwater equipment; and store any cables. All instruments and auxiliary equipment shall be integrated into a unified operational drop camera system. The services provided shall fall into three phases: (1) research/integration of instruments and equipment, (2) training on the proper use of the drop camera system upon delivery, and (3) warranty for one year after delivery and in the event of system failure, perform modifications or provide replacement parts needed to make the drop camera system operational. The drop camera system shall be delivered within sixty days of award notification. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach ? The likelihood of effectively meeting the requirements; 2) Past Performance ? The relevance and quality of prior performance; and 3) Price ? The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) ? Conspicuously striking in eminence; Good (G) ? Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) ? Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-11. The provisions and clauses may be downloaded at http://arnet.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 shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work entitled ?Production of a Drop Camera System?, dated June 27, 2006 and provide a written and electronic response to be received no later than August 22, 2006 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. Submit offers arranged in three sections as follows: Section I ? Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II ? Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III ? Price, firm fixed price for the drop camera system, training, and maintenance. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN01106609-W 20060806/060804220349 (fbodaily.com)
 
Source
FedBizOpps 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.