Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2008 FBO #2337
SOLICITATION NOTICE

66 -- Aquatrak Controllers, Transducers and Installation Kits

Notice Date
4/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0405
 
Point of Contact
Sandie Wallace,, Phone: 757-441-6563
 
E-Mail Address
sandie.wallace@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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 EA133C-08-RQ-0405 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 334511 with a small business size standard of 750 employees or below. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Operational Oceanographic Products and Services (CO-OPS) requires the following items: Item 0001: Quantity of eight each Aquatrak Model 4110 Micro-comp Controllers with Version 4.XX firmware, built in 2.5 foot SDI-12/Power and Transducer I/O Cables - Model Number: MC-4110-02 Item 0002: Quantity of eight each Aquatrak Model 3000 Transducers, top mounted bulkhead water proof connector, calibrated to 4 feet - Model Number: 3003-XCR-4 Item 0003: Quantity of two each Aquatrak 4100 installation kits, 4 range tubes (5 ft) with couplings, one trim tube (5 ft), one red brass section (3 ft), one aluminum miter block and one shipping box, 4 inch, and five centering clips type 316, 4 inch with calibration tube - Model Number: 28-3000-64 Item 0004: Option item to purchase up to eight each additional Aquatrak Model 4110 Micro-comp Controllers as identified in item 0001 for a period of up to one year from the date of award Item 0005: Option item to purchase up to eight each additional Aquatrak Model 3000 Transducers as identified in item 0002 for a period of up to one year from the date of award Item 0006: Option item to purchase up to two each additional 4100 installation kits as identified in item 0003 for a period of up to one year from the date of award The required delivery date for items 0001, 0002 and 0003 is June 4, 2008. All quotes shall be FOB Destination to 808 Principal Court, Chesapeake, VA 23320. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: see FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) with addenda: FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item (MAR 1989) FAR 52.247-34 F.O.B. Destination (NOV 1991) CAR 1352.215-73 Inquiries (MAR 2000) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract for supplies. CAR 1352.233-71 Service of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Margaret Rankin, 200 Granby Street, 8th Floor, Norfolk, VA 23510} FAR 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), with addenda: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.225-13 Restrictions On Certain Foreign Purchases (FEB 2006) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) CAR 1352.201-70 Contracting Officer's Authority (MAR 2000) CAR 1352.208-70 Printing (MAR 2000) CAR 1352.209-73 Compliance With The Laws (MAR 2000) CAR 1352.233-70 Harmless From Liability (MAR 2000) CAR 1352.252-71 Regulatory Notice (MAR 2000) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2008) {Fill-in: Part B, Check items 1, 5, 7, 9, 16, 17, 18, 19, 20, 21, 22, 24, 26, 28 and 36} In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 pm EST on Monday, May 5, 2008. Offers may be faxed to 757-664-3655 or sent electronically to Sandie.Wallace@noaa.gov. Anticipated award date is on or about Tuesday, May 13, 2008. Quotes are to remain effective for 30 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Sandie Wallace at Sandie.Wallace@noaa.gov or faxed to 757-664-3655. Telephonic requests will not be honored. Name Brand Justification for Aquatrak Items The Aquatrak Model 3000 Transducer, the Aquatrak Model 4110 Controller, and the Aquatrak 4100 installation kits make up the standard water level monitoring system used on the CO-OPS environmental monitoring stations on the Atlantic, the Gulf of Mexico, the Caribbean, and throughout the Pacific. CO-OPS uses these monitoring stations for predicting and measuring water levels and currents, and disseminating this information to maintain safe maritime navigation and waterborne commerce. This information is also used for many practical purposes to include nautical charting, coastal engineering and tsunami and storm surge warnings. The procurement of these system components is in support the existing monitoring stations. Implementing different system components in place of the current system components will result in additional cost and resources. Also, there will be resulting delay for testing, training, and purchase of support equipment. Under the current CO-OPS operating system any environmental monitoring system that has not previously been approved must be subjected to a series of tests to ensure the quality of the data produced by that system and the durability of that system for the intended use. These tests usually include bench testing using controlled conditions and physical measurement, controlled environmental testing to check a system's reliability under different conditions, and long term comparison testing with accepted systems at multiple real world locations. These tests and the analysis of the resulting data take a large amount of time, money, and resources to conduct. CO-OPS monitoring stations are designed for optimal performance with the inclusion of this specific system. A change of any component of the system will result in a need to redesign the existing stations to accommodate the new or altered system. CO-OPS cannot risk the possibility of new mounting hardware to be developed and purchased to mount a new or altered system. The data collection platforms at the CO-OPS monitoring stations are programmed to collect data from this specific Aquatrak equipment. If different system components are implemented additional cost for software development, programming, calibration and testing will be required with no certainty of their successful integration between all existing systems. Using another type of system will require the purchase of additional equipment so that the field crews can support multiple systems types in a given region. CO-OPS also has the ability and equipment to calibrate and repair this Aquatrak equipment. If different system components are implemented new equipment for that system will need to be developed and purchased. Additional training will also be required for those tasked with calibrating and repairing this equipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da5933fd0708323b61ee3e1322ade250&tab=core&_cview=1)
 
Place of Performance
Address: 808 Principal Court, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN01557540-W 20080420/080418221034-da5933fd0708323b61ee3e1322ade250 (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.