Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

59 -- PROVIDE ONE MULTIPLE OPENING AND CLOSING NET AND ENVIRONMENTAL SENSING SYSTEM (MOCNESS) OR EQUALIVENT

Notice Date
7/17/2007
 
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), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NFFN7300717909CMM
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Mississippi Laboratories, located in Pascagoula, MS to provide one (1) Multiple Opening and Closing Net and Environmental Sensing System (MOCNESS) or equalivent. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NFFN7300717909CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-6 Brand Name or Equal (Aug. 1999), 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun. 2007) (Sections 16, 17, 18, 19, 21, 25, 28, and 33), 52.214-21 Descriptive Literature (Apr 2002), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the specified equipment; Warranty; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NMFS Mississippi Laboratories, 705 Convent Avenue, Pascagoula, MS 39567. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Wednesday, August 1, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov . Quotes submitted in response to this notice should include the following: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the commercial warranty that covers the equipment. 3. A proposed delivery schedule. 4. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 5. A completed price schedule for all line items identified in this notice. 6. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. MINIMUM SPECIFICATIONS: Contractor shall provide One (1) Multiple Opening and Closing Net and Environmental Sensing System (MOCNESS) or equalivent. Sonar must have the following features, specifications, and/or salient characteristics to be considered equalivent: Physical Requirements: 1. A single anodized aluminum frame. 2. Nine (9) nets each with one (1) square meter net mouth opening and made of 505 micron black mesh. 3. Overall weight not to exceed 200kg in air. 4. Nets open and close sequentially on command from surface via single conductor armored cable (cable not included with system). 5. Cod end buckets for each net constructed of PVC pipe with syntactic foam floatation in the bottom and neoprene bumpers with a modified polyethylene funnel inside each bucket. Cod end buckets shall attach to the net collar with stainless steel quick-release fasteners. Screen window of cod end buckets shall be constructed of 505 micron black mesh. 6. Tow speed ~ 2 knots at 45 degree angle. 7. Operating depth for all components 6000 meters. 8. Depth consistency to 0.1 meter. 9. Net motor/toggle release assembly mounted on top portion of the frame with net bars attached to the toggle release with stainless steel cables. 10. Underwater unit powered by rechargeable NiCAD battery capable of powering up to 10 one-hour tows with a single twelve (12) hour charge. 11. Operational with various-sized electromechanical towing cables. Electronic Requirements: 1. Maximum size of deck unit, if used, is 1.5 square foot. 2. Modem of deck unit automatically adjusts to highest baud rate the cable that is in use can accommodate. 3. System electronics have 16-bit resolution. 4. Electronic data stream contains temperature, net depth, conductivity, frame angle, flow count, net number and net response. 5. Electronic data acquisition rate is 2 times per second. 6. Sea Bird temperature and conductivity sensors fully integrated into data stream. 7. Temperature and conductivity sensors attach to frame so as to face directly into the flow when towing at a 45 degree angle. 8. Capability to add optional sensors. 9. Mechanical flowmeter in rigid casing attached to frame so as to face directly into the flow when towing at a 45 degree angle. 10. Capability to accurately measure angle of towed net through water over a 0-90 degree range with 1 degree resolution. 11. Capability to interface with National Marine Electronics Association (NMEA) interface for input of ship?s position (longitude and latitude) into data stream. 12. Salinity, net oblique velocity and vertical velocity, and volume filtered by each net calculated after each string of data has been received by the computer. Raw and processed data stored on disc in separate files and displayed on the computer screen. 13. Plots of net depth versus time; temperature and salinity versus depth; temperature versus salinity; and latitude versus longitude are made during a tow and displayed on the computer screen. 14. On screen operations and interface plus all printed documentation and manuals are in English. Computer Requirements: 1. Windows XP Operating system 2. Capable of displaying all required information identified above and performing all required operations identified above. 3. Capability to interface and work efficiently with quoted system. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Provide One (1) Multiple Opening and Closing Net and Environmental Sensing System With all necessary options, parts, and accessories as described herein. (MOCNESS) $___________ $__________ GRAND TOTAL: $_____________ The above price includes all the necessary equipment, shipping, operation manuals, and warranty. Manufacturer?s Name (of equipment quoted) ___________________________________ Brand (of equipment quoted) ________________________________________________ Model or Part Number (of equipment quoted) __________________________________ PROPOSED DELIVERY SCHEDULE: Proposed delivery date: ________________________ Delivery shall be FOB Destination to Pascagoula, MS. END OF NOTICE
 
Place of Performance
Address: NMFS MISSISSIPPI LABORATORIES, 705 CONVENT AVENUE, PASCAGOULA, MS 39567
Zip Code: 39567
Country: UNITED STATES
 
Record
SN01343994-W 20070719/070717220347 (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.