MODIFICATION
66 -- Horizontal Acoustic Doppler Profilers
- Notice Date
- 6/9/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-09-RQ-0686
- Archive Date
- 7/3/2009
- Point of Contact
- Janie M Laferty, Phone: 757-441-6875
- E-Mail Address
-
Janie.M.Laferty@noaa.gov
(Janie.M.Laferty@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with FAR Subpart 12.6, 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. The Request for Quotation (RFQ) number is EA133C-09-RQ-0686. **Changes are underlined** This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 334513 with a small business size standard of 500 employees or less. The Federal Supply Class (FSC) is 6680. The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Operational Oceanographic Products and Services, Engineering Division, Chesapeake, VA intends to purchase on a FOB destination basis the following equipment: Item 0001: Quantity of five (5) each, 250 KHz Side Looker ADP system with compass, tilt, temperature and 30 meter pressure sensors. Unit shall have an RS232/422 switchable data output with a baud rate of 1200 to 19200. Package shall also include software for setup and testing of the system as well as post processing of the recorded data. The unit must be pollable via RS232/422 and have a software break to allow the system to be taken out of polled mode for testing and setup changes after deployment. The system shall be set to RS-232 by the manufacturer with the ability to switch to 422 by the user. Quantity of three (3) Systems shall include at least a 20 meter data/power cable wired for RS-232 with an option for a longer cable, power supply and RS232/422 converter if required. Quantity of two (2) Systems shall include at least a 10 meter data/power cable wired for RS-232 with an option for a longer cable, power supply and RS232/422 converter if required. Housing shall have a pressure rating of at least 500m. Additional Specifications System Temperature Operational Range -5 to 40 degs C System Depth Operational Range 200 meters Velocity Range: +/-10m/s Resolution: 0.1cm/s Accuracy: 0.5 cm/s Range cells: At least 100 bins with user selectable bin size and number Profile range: At least 120 meter in 35ppt Temperature Range: -5 to 40 degs C Accuracy: 0.1% FS Resolution: 0.2 degs Pressure Accuracy: 0.1% FS Compass/Tilt Resolution: +/- 0.1 degs Accuracy: +/- 2 deg Item 0002: Option to purchase up to five (5) each additional units of item 0001 as described above at the same price within 1 year of award date. The required delivery date for item 0001 is July 20, 2009. All quotes shall be FOB Destination to 672 Independence Parkway, Chesapeake, VA 23320. The government intends to award a firm-fixed price purchase order for this requirement utilizing simplified acquisition procedures. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. 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 and FAR 52.252-2 Clauses Incorporated by Reference. 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 with addenda: Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price, who can best meet the required specifications; Technical and past performance, when combined, are slightly more important than cost. FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Item; 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: Department of Commerce, NOAA, ERAD, Attn: Michele McCoy, 200 Granby Street, 8th Floor, Norfolk, VA 23510} FAR 52.212-3, Offeror Representations and Certifications Commercial Items. 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, with addenda: 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, 15, 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 11:00 A.M. EST on Thursday, June 18, 2009. Offers may be faxed to 757-664-3645 or sent electronically to Janie.M.Laferty@noaa.gov. Anticipated award date is on or about Tuesday, June 23, 2009. 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 Janie Laferty at Janie.M.Laferty@noaa.gov or faxed to 757-664-3645. Telephonic requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-09-RQ-0686/listing.html)
- Place of Performance
- Address: NOAA/National Ocean Service/Center for Operational Oceanographic Products and Services, 672 Independence Parkway, Chesapeake, Virginia, 23320, United States
- Zip Code: 23320
- Zip Code: 23320
- Record
- SN01839774-W 20090611/090609235237-710e8795a26cf9a6c5bade7c5105c439 (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 |