SOLICITATION NOTICE
66 -- Multi-Parameter Water Quality Instruments
- Notice Date
- 6/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
- ZIP Code
- 99503
- Solicitation Number
- 701819Q428
- Archive Date
- 6/12/2010
- Point of Contact
- Christie VandenDries Contract Specialist 9077863415 christie_vandendries@fws.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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, 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 solicitation number for this request is 70181-9-Q428 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 05-32) and Federal Acquisition Regulation (FAR). This procurement is a small business set-aside. The applicable NAICS classification code is 334513 with size standard of 500 employees and PSC code is 6630. SPECIFICATIONSThe U.S. Fish and Wildlife Service is requesting quotes for two fully integrated multi-parameter water quality instruments for long-term deployment at a remote site on the Salmon River, Alaska. Due to instrument and data compatibility needs to maintain consistent interagency data quality, maximize cooperative use of the equipment, and minimize equipment down time, with other National Wildlife Refuges, BLM, NPS, and USGS, the U.S. Fish and Wildlife Service has a firm requirement for YSI brand name or equal products. LINE ITEMSPlease provide a detailed price schedule for the following items: Line Item 001: S Multi-Parameter Water Quality LoggerPart No. 6920V2-02Quantity: 2Price per item: $______________ Total extended price for Line Item 001:$_____________Salient characteristics: 1.The instrument shall be capable of working in fresh, polluted, brackish, or seawater.2. The instrument shall be capable of operating in water depths up to 61 meters.3. The instrument shall not exceed 2.9" in diameter, 18.25" in length, and 4 lbs. in weight.4. The instrument shall be capable of operating in a self-powering mode from an internal power supply using a set of eight (8) "AA" batteries for 45 days or more with a full sensor payload at a 15-minute sampling interval. The instrument shall also have the capability of being powered by an external 12VDC-power supply through an interface cable. Batteries shall be removable via an external hatch without opening the sonde.5. The battery compartment must be sealed and protected by a safety device that protects the operator from a gas pressure build-up in the battery compartment.6. The instrument shall have, as a standard, 384 kilobytes of non-volatile flash disk memory capable of storing 150,000 individual readings as a standard. Loss of battery power shall not cause loss of memory, and a memory backup battery shall not be required.7. The instrument shall be compatible with the YSI 650 field display for calibrating, configuring, reporting, and logging status. Data should be able to be downloaded to the 650 utilizing Kermit protocols and then transferred to a PC.8. The instrument shall be capable of having connectorized field-replaceable probes for the Dissolved Oxygen, Conductivity, Temperature, pH, ORP, Turbidity, Nitrate, Ammonium, and Chloride sensors, as well as Chlorophyll, Rhodamine and Blue-Green Algae Sensors. These sensors shall be capable of being removed without opening the sonde or exposing the internal electronics to the environment.9. The instrument must be able to measure Temperature; Conductivity; pH; ORP; Depth; Nitrate, Ammonium, or Chloride; and two of the following: Turbidity, Chlorophyll, Blue-Green Algae, Rhodamine, and Luminescent Optical DO for a duration of 25 days at a 15-minute sampling interval.10. All optical sensors must have their own dedicated wiping system for anti-fouling protection and improved data quality.11. The instrument shall have the capability of being supplied with a dissolved oxygen sensor that employs the Luminescent "Life Time" Dissolved Oxygen measurement technique. This sensor shall be capable of measuring dissolved oxygen in the range of 0-20 mg/l with an accuracy of +/- 0.1 mg/l; and in the range of 0 - 200% saturation with an accuracy of +/- 1% air saturation with a response time of less than one minute under all or zero flow conditions without the use of a stirring device. In addition the sensor must be able to measure dissolved oxygen in the range of 20 - 50 mg/l with an accuracy spec at this range of +/- 15% of the reading; and in the range of 200 - 500% saturation with an accuracy spec of +/- 15% of the reading.12. The instrument shall be capable of having a non-vented characterized depth sensor capable of measuring in the range of 0 - 30 feet of water with an accuracy of +/- 0.06 ft. and a resolution of 0.001 feet. The output shall be capable of being displayed in Feet or Meters. The depth sensor will be included as part of item 001.13. The instrument shall be capable of measuring temperature using a thermistor in the range of -5 to 45 degrees C with an accuracy of +/- 0.15 degrees C and a resolution of 0.01 degrees C. The instrument shall also provide, as an option, the capability of having a characterized temperature output with an accuracy of +/- 0.05 degrees C. The output shall be capable of being displayed in Celsius, Fahrenheit, or Kelvin. The temperature sensor will be included as part of item 001.14. The instrument shall be capable of measuring conductivity using a four nickel electrode cell in the range of 0 - 100 mS/cm with an accuracy of +/- 0.5% + 0.001 uS/cm and a resolution of 0.001 to 0.1 mS/cm. The output shall be capable of being displayed in mS/cm or uS/cm. The conductivity sensor shall be capable of measuring over the entire range (0-100 mS/cm) without changing the cell constant. The conductivity sensor will be included as part of item 001.15. The instrument shall be capable of measuring pH in the range of 0-14 with an accuracy of +/- 0.2 and a resolution of 0.01 using a combination electrode with a gel-filled reference electrode. This same sensor is also used for measuring most low-ionic strength waters.16. The instrument shall have available as an output a salinity calculation based on the conductivity and temperature measurements in the range of 0-70 ppt with an accuracy of 1.0% or +/- 0.1 ppt (whichever is greater) and a resolution of 0.01 ppt. The algorithms used for the calculation should be those found in the Standard Methods for Examination of Water and Wastewater.17. The instrument shall have the capability of being supplied with Nephelometric-type turbidity probe capable of measuring turbidity in the 0 - 1000 NTU range with an accuracy of +/- 2% of reading or 0.3 NTU (whichever is greater) in YSI AMCO-AEPA Polymer standards. Resolution of 0.1 NTU. Measurements should have reasonable agreement to the HACH 2100AN benchtop meter.18. The instrument shall be supplied with a user-friendly software program providing communication and data processing. Data shall be presented in both report and graphical form, and data statistics will be automatically generated and displayed for Min, Max, Mean, and Standard Deviation. The software program shall be capable of exporting data in comma and quote delimited and ASCII formats.19. All sensor ports shall have secondary backup seals, thus protecting the internal electronics from the environment.20.The instrument shall include as standard RS-232 and SDI-12 communication interface. Line Item 002:6150 ROX Optical Oxygen SensorPart No. 606150Quantity: 2Price per item: $______________ Total extended price for Line Item 002:$_____________Salient characteristics: 1. Dissolved Oxygen sensor must employ the Luminescent "Life Time" Dissolved Oxygen measurement technique. This sensor shall be capable of measuring dissolved oxygen in the range of 0-20 mg/l with an accuracy of +/- 0.1 mg/l; and in the range of 0 - 200% saturation with an accuracy of +/- 1% air saturation with a response time of less than one minute under all or zero flow conditions without the use of a stirring device. In addition the sensor must be able to measure dissolved oxygen in the range of 20 - 50 mg/l with an accuracy spec at this range of +/- 15% of the reading; and in the range of 200 - 500% saturation with an accuracy spec of +/- 15% of the reading.2. Sensor must be compatible with Multi-parameter water-quality sonde (item 001). Line Item 003: 6136 Turbidity Probe (Nephlometric)Part No. 606136Quantity: 2Price per item: $______________ Total extended price for Line Item 003:$_____________Salient characteristics:1. The instrument shall have the capability of being supplied with Nephelometric-type turbidity probe capable of measuring turbidity in the 0 - 1000 NTU range with an accuracy of +/- 2% of reading or 0.3 NTU (whichever is greater) in YSI AMCO-AEPA Polymer standards. Resolution of 0.1 NTU. Measurements should have reasonable agreement to the HACH 2100AN benchtop meter.2. Sensor must be compatible with Multi-parameter water-quality sonde (item 001). Line Item 004: 6093 75ft Field Cable Part No. SP60393-75Quantity: 1Price per item: $______________ Salient characteristics:1. The field cable is the communication cable for the Multi-parameter water-quality sonde (item 001). It must be compatible with item 001. 2. The field communication cable must be compatible with the datalogger in the collection platform (item 012). Line Item 005: 6092 50ft Field Cable Part No. 006092Quantity: 1Price per item: $______________ Salient characteristics:1. The field cable is the communication cable for the Multi-parameter water-quality sonde (item 001). It must be compatible with item 001. 2. The field communication cable must be compatible with the datalogger in the data collection platform (item 012). Line Item 006: Turbidity Std. 100 NTU (6026), 123 NTU (6136), 1 GallonPart No. 60730Quantity: 1Price per item: $______________ Salient characteristics:1. Turbidity standards will be used for the calibration of the Turbidity sensor (item 003). Line Item 007: 6561 pH Field Replaceable 6-Series Probe KitPart No. 006561Quantity: 2Price per item: $______________ Total extended price for Line Item 007:$_____________Salient characteristics:1. The instrument shall be capable of measuring pH in the range of 0-14 with an accuracy of +/- 0.2 and a resolution of 0.01 using a combination electrode with a gel-filled reference electrode. This same sensor is also used for measuring most low-ionic strength waters.2. Sensor must be compatible with Multi-parameter water-quality sonde (item 001). Line Item 008: 6095 "Y" Cable AssemblyPart No. 006095Quantity: 1Price per item: $______________ Salient characteristics:1. Connects PC to field cable (item 004, item 005).2. Connects 6037/6038 power supply (item 011). Line Item 009: 3168 Conductivity Calibrator, 10,000 umhos/cm (8 ea, pint)Part No. 060911Quantity: 1Price per item: $______________ Salient characteristics:1. Conductivity standards will be used for the calibration of the conductivity sensor (item 001). Line Item 010: pH Buffer, Assorted CasePart No. 603824Quantity: 1Price per item: $______________ Salient characteristics:1. pH standards will be used for the calibration of the pH sensor (item 007). Line Item 011: 6038 110 VAC to 12 VDC Power supplyPart No. 006038Quantity: 1Price per item: $______________ Salient characteristics:1. Used with the 6095B and 6067B cable. Line Item 012: GOES Data Collection Platform Description: Integral datalogger and transceiver. Includes the following: Campbell CR295 Datalogger, TX312 GOES transceiver, 30 watt solar panel, solar regulator, 12V 24aH battery, enclosure, software and cables for TX312, MS-8 bulkhead connector, and 25316 11-dBi Yagi antenna.Quantity: 11.00 Lump Sum: $______________ Salient characteristics:1. Equipped with a direct connection for a YSI 6-Series Water Quality Sonde2. Also equipped with 6 water-tight glands for entry of solar panel, 3rd party sensors, etc.3. Complies with HDR specifications (High Data Rate)4. Automatic GPS correction of clock and oscillator5. Diagnostics and status information can be sampled and transmitted as part of the data stream6. SDI-12, single-ended analog, pulse, switch closure, and bridge measurements.7. System can store at least 1 months data8. Up to 28 days between GOES transmissions9. Flexible user data collection schedule10. Internal diagnostics log; records missed GOES transmissions and data buffer overflows11. Systems includes the following components:12. Datalogger (with GOES transmitter interface)13. GOES transceiver (with supporting software for user setup)14. GPS transceiver (1 fix daily)15. Environmental enclosure (weather tight)16.12V, 24ah battery17. 30 Watt solar panel, solar regulator18. All necessary interconnects19. All necessary antennasQuantity: 11.00 Lump Sum: $______________ Line Item 013: Integration, testing, fabrication, and programming for datalogger1.00 Job: $______________ Salient characteristics:1.System will be ready out-of-the-box, all integration work completed prior to shipment; Mounting of all components within enclosure, wiring of all components, custom coding of datalogger to customer data collection/data transmission requirements, final system bench testing. Line Item 014: ROD, GND'G, 4ft longPart No. 300511055Quantity: 1Price per item: $______________ Salient characteristics:1. Grounding rod must be compatible with the data collection platform (item 012). Line Item 015: GND Cable: #8 Bare Copper 25ft minimumPart No. 401590000Quantity: 1Price per item: $______________ Salient characteristics: 1. Grounding cable must be compatible with the grounding rod (item 013). Line Item 016: Shipping/Handling to Dillingham, AK NOTE: A pre-paid freight bill for shipping charges over $100.00 must accompany the invoice in order to be reimbursed those expenses.1.00 Fee: $______________ DELIVERYDelivery date is no later than July 15, 2009 to U.S. Fish and Wildlife Service, Togiak National Wildlife Refuge, Attn: Michael Winfree, 6 Main Street, Dillingham, AK 99576-0270. CLAUSES AND PROVISIONS:The following FAR provisions apply to this acquisition:52.212-01, Instructions to Offerors-Commercial52.212-02, Evaluation-Commercial Items. The specific criteria to be used for evaluation, listed in declining importance, shall be as follows:1) Ability to meet salient characteristics2) Best value to the Government3) Any warranties and price discounts4) PriceAll other evaluation factors other than price, when combined, are significantly less important than price. 52.212-03, Offeror Representations and Certifications-Commercial ItemsOfferors must supply a completed copy of this provision when responding to this solicitation.52.212-04, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-06, 52.219-28, 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-1; 52.225-3 Alt I; 52.225-13; 52.232-33, 52.233-3, 52.233-4, 1452.215-71, 1452.233-2 POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Christie VandenDries, Contracting Officer US Fish and Wildlife Service (907) 786-3415 phone, (907) 786-3923 fax, email: Christie_VandenDries@fws.gov PROPOSAL SUBMISSION:Quotes must be received at the following address, via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is June 26 at 1:00pm: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor Rd, MS 171Anchorage, AK 99503Ph: (907) 786-3415Fax: (907) 786-3923
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/701819Q428/listing.html)
- Place of Performance
- Address: Dillingham, AK<br />
- Zip Code: 99576<br />
- Zip Code: 99576<br />
- Record
- SN01843238-W 20090614/090612234958-d365465a602dff19d1fcee9e8507a67b (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 |