Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2008 FBO #2446
SOLICITATION NOTICE

58 -- Elk GPS Transmitters. Wind Cave National Park, Hot Springs, South Dakota

Notice Date
8/5/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, MWR - Black Hills Contracting - Mt Rushmore National Memorial 13000 Hwy 244, Bldg. 31, Suite 1 Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q156008RM03
 
Response Due
8/15/2008
 
Archive Date
8/5/2009
 
Point of Contact
Chris Esper Contract Specialist 6055743153 Chris_Esper@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Wind Cave National Park intends to award a contract for radio transmitter collars to Advanced Telemetry Systems, Inc. (ATS) on a non-competetive basis. Wind Cave National Park has purchased radio transmitter collars from ATS under a previous contract (elk research). Collars are returned to ATS at the end of the study period for refurbishment and subsequent reuse. ATS is the only company that will refurbish its manufactured collars. Also, for data to be meaningful and comparative between elk projects, resolution of data from collars (accuracy, fix rate, etc.) must be similar, therefore, it is imperative that any additional collars be configured in exactly the same manner as the other 50 GPS collars that have been purchased for elk monitoring at Wind Cave National Park.Past market research and solicitations for the same and similar items have shown ATS to have competitive pricing and the ability to provide a reliable, sturdy and quality product that is able to meet specific project requirements. Award will be made o/a August 19, 2008. Contact person for questions is Chris Esper at 605-574-3153 or email at chris_esper@nps.gov. Award amount for the contract is anticipated to be $24,760.00. (1) Collars must be constructed on a GPS engine with a minimum of 08 parallel channels. (2) Collars must be reprogrammable and capable of recording locations at >2 rates specified by the purchaser. (3) Collars must be capable of operating for >1 year at a primary fix rate of 1 location every 7 hours (year-round) and on days specified by the purchaser at a secondary rate of 1 location every 15 min (~3 days/month). (4) Collars that fail will be repaired or replaced by the vendor up to 2 years from the time they are placed on wildlife. After 2 years, the components that are replaced during the refurbishing jobs will be guaranteed up to 1 year. Failures will include malfunctions of the GPS receiver or antenna, power supply, VHF transmitter, mortality sensor, release mechanism, or any other component that is critical for normal data acquisition and collar recovery. If failed collars cannot be recovered, the determination of failure will be made by the purchaser. (5) Collars must include VHF radio transmitters that indicate mortalities of animals (unit must include mortality sensor). (6) Collars must record animal activity levels and ambient temperatures coincident with animal locations. (7) Records associated with each location must also include x and y coordinates, the time of location, the amount of time required to acquire the location, the number of satellites used to compute the location, and measures of horizontal and positional dilution of precision. (8) Collar recovery must be accomplished by release with a pulse-coded radio triggering mechanism operating at a frequency of 173.2 MHz. (09) Collars must include VHF radio transmitters operating on unique frequencies ranging from 166-168 MHz. Collars will be deployed on elk that may potentially be infected with chronic wasting disease, and will be reused. (10) Bid must include the cost of refurbishing each collar for reuse. (11) Refurbishment to be accomplished by the manufacturer within 45 days of receipt from purchaser. (12) To eliminate risk of disease transmission, refurbishment must include complete replacement of collar material, antenna, release mechanism. (13) To assure reliable operation during reuse, refurbishment must include software updating, replacement of the collar release mechanism, replacement of the battery, and recalibration of electronics controlling the release mechanism. (14) Transmitters to have a readable label containing Park contact information. (15) Warranty and servicing must guarantee new units unconditionally against defects in materials and workmanship, and to meet or exceed agreed upon specification.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8270dbb221ae474b0b6c30da1ff16767&tab=core&_cview=1)
 
Place of Performance
Address: Wind Cave National Park26611 US Hwy 385Hot Springs, SD 57747
Zip Code: 57747
 
Record
SN01631385-W 20080807/080805221957-8270dbb221ae474b0b6c30da1ff16767 (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.