Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SPECIAL NOTICE

66 -- Acquisition of water quality instrumentation

Notice Date
7/19/2007
 
Notice Type
Special Notice
 
Contracting Office
PWR - HALE Haleakala NP National Park Service P.O. Box 369 Makawao HI 96768
 
ZIP Code
96768
 
Solicitation Number
DOI-SNOTE-070719-003
 
Archive Date
7/18/2008
 
Description
The National Park Service, Pacific Islands Support Office (NPS) intends to award a sole source contract in accordance with FAR 6.302-1, only one responsible source will satisfy agency requirements, to YSI Environmental,1725 Brannum Lane, Yellow Springs, OH. 45387. This requirement is for the acquisition of multi-parameter sonde, calibration unit, and probes for use in the Pacific Island region. The equipment must 1) have demonstrated compatibility with the equipment from other agencies (NOAA, USGS, EPA, American Samoa EPA, Guam EPA, Hawaii DOH, DLNR, and Department of Environmental Quality) currently doing comparable water quality work in the Pacific Island region. This includes long-term extended deployment (3 months or more) in oceanic and near shore coastal waters; 2) be certified within the last three years through the International Organization for Standardization; 3) be verified as performing to manufacturer published specifications through an external program such as the EPA-sponsored Environmental Technology Verification (ETV) program.; 4) have field replaceable probes, without having to open the sonde or exposing the internal electronics to the environment; must have field replaceable batteries without exposing the internal electronics to the environment; be listed to meet all standards set by the government, including the partner agencies listed above; and equipment sensors must have anti-fouling capabilities to protect against bio-fouling under extended deployment operations. Specifically: 1) Multi-parameter Water Quality Datalogging Sonde - Oceanic grade multiparameter water quality datalogging sondes with a minimum of 3 optical and two general sensor ports. Units must be capable of extended deployment in harsh marine and fouling conditions. Unit must be capable of collecting the following parameters simultaneously: Dissolved oxygen, turbidity, chlorophyll, pH, temperature, and salinity/conductivity; 2) ROX Optical Oxygen Sensors - Oceanic grade optical oxygen sensors. Sensor must make use of the luminescence lifetime method of oxygen detection. Sensor must be marine compatible and have anti-fouling capabilities; 3) Turbidity Probes - Oceanic grade optical turbidity probe. Sensor must be marine compatible and have anti-fouling capabilities; 4) Fluorescence Chlorophyll Probe Assemblies - Oceanic grade optical chlorophyll probe. Sensor must be marine compatible and have anti-fouling capabilities; 5) pH Probes - Oceanic grade pH probe. Sensor must be marine compatible; 6) Temperature probes - Oceanic grade temperature probe. Sensor must be marine compatible; 7) Salinity/Conductivity probes - Oceanic grade salinity/conductivity probe. Sensor must be marine compatible; 8) External, waterproof, downloading and calibration system - Datalogging sondes must have an external, waterproof, downloading and calibration system. This system must have the capability of determining sonde status, performing calibration functions, data collection, data storage, and data review. The system must be capable of starting and stopping logging functions and erasing data from sonde memory files. The system must be capable of showing real-time data, and driving logging functions externally. The applicable NAICS for this acquisition is 334519 with a business size standard of 500 employees. This procurement is a total small business set-aside. This is not a request for competitive proposals. However, all interested parties who believe they can meet this requirement are invited to submit in writing, complete information describing their ability to provide this equipment. Such information should include cost proposal information for providing the items, and specific information addressing the requirements stated above. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the NPS not to open the requirement to competition is solely within the discretion of the NPS. If no affirmative written responses are received by close of business August 2, 2007, a sole source contract will be issued to YSI Environmental. Government Point of Contact: Ms. Tekla Vines, Contract Specialist, (808) 572-4486. Fax: (808) 572-4488; Email: tekla_s_vines@nps.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2590133)
 
Record
SN01347165-W 20070721/070720002145 (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.