Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
SOLICITATION NOTICE

66 -- Underwater Acoustic Modem

Notice Date
6/13/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNT0000-8-39228
 
Archive Date
7/8/2008
 
Point of Contact
Sandra K. Souders,, Phone: 301-713-0820 x135, Linda D Brainard,, Phone: 301-713-0820
 
E-Mail Address
Sandra.K.Souders@noaa.gov, linda.d.brainard@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number NCNT0000-8-39228 is issued as a request for quotation in accordance with the format in FAR 13. This solicitation is set aside exclusively for small business concerns. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification Code (NAICS) is 334511. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, National Ocean Service, specifically the Requirements and Development Division has a requirement for a "brand name or equal" LinkQuest UWM2000H Underwater Acoustic Modem with the following specifications for (1) receiving and transmitting modem set : Specifications for underwater modem: 1 Physical - Housing: aluminum, depth rated to 2000 m minimum; Dimension: portable, length less than 12", diameter less than 5"; Weight: light, less than 8 lbs in water; 2. Environmental - Operating temperature: -5 deg. C to +45 deg. C; Storage temperature: -25 deg. C to +45 deg. C; 3. Power - Input: external DC at 12-28 V; Consumption: low, less than 8 mW (sleep mode); less than 0.8 W (receive mode); 4. Electronics - Operating frequency: between 16 KHz and 45 KHz; Input/output: RS-232 serial interface; RS-232 data rate: less than 1500 baud; Payload data rate: 300 to 1200 baud; Bit error rate: less than 1 per 1000 million bits in high multipaths long-range shallow water environment; Transducer beam angle: Omni direction, beam angle 210 degrees (cone) or larger; RS-232 input data buffer: 500 K Bytes or larger; 5. Accessories - Cables, battery packs, housings, and corrosion protection zinc anode compatible with the modern application. Interested parties shall submit pricing for the following: CLIN 0001 - 1 each, Surface receiving modem (Model UWM200H or equal) per specs; CLIN 0002 - 1 each, Battery housing, 800m depth rated, space for 56 D cell alkaline batteries; CLIN 0003 - 1 each, 56 D cell alkaline battery pack; CLIN 0004 - 1 each, Foam filled modem transit case for Model UWM2000H or equal); CLIN 0005 - 4 each, Corrosion protecting zinc anodes attached to each modem and battery housing; CLIN 0005 - 1 each, 30 ft. surface modem cable; CLIN 0006 - 1 each, Bottom modem Y cable. Delivery of product shall be by no later than 60 days from the date of award. Note: Offerors proposing to furnish an "equal" product shall insert the following description for the product: Bidding On: Manufacturer's Name: Address: Product Name (if any): Product make, model or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient specifications of the "brand name" as listed in the solicitation. The resulting purchase order shall be a firm fixed price award. 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 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 solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR 52.213-4, Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); FAR 52.232-1, Payments. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. Interested contractors are invited to provide a written and electronic response to be received no later than noon June 23, 2008 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. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization The offer, including the letter of transmittal, shall be limited to ten (10) 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 required underwater acoustic modem set. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=336d1d5dd8d929df252083c5d792846c&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Department of Commerce/NOAA, SSMC-4, Room 6531, 1305 East West Highway, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01593558-W 20080615/080613220658-336d1d5dd8d929df252083c5d792846c (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.