SOLICITATION NOTICE
R -- GSENM CLIMATE STATION UPGRADE
- Notice Date
- 9/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- L UT-STATE OFC ADM SVCS BR(UT952)440 WEST 200 SOUTH, SUITE 500SALT LAKE CITYUT84101US
- ZIP Code
- 00000
- Solicitation Number
- L09PS01601
- Response Due
- 9/15/2009
- Archive Date
- 10/15/2009
- Point of Contact
- Goss, Jolyn M 801-539-4165, jgoss@blm.gov
- E-Mail Address
-
Goss, Jolyn M
(jgoss@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Land Management, GSENM, Kanab, UT has a requirement for the purchase and installation of equipment to upgrade 15 climate stations in remote areas in that area. Existing stations are Campbell Scientific and the Equipment purchased to do the upgrades must be OEM or Equivalent in order to be compatible with existing equipment. This is a combined synopsis/solicitation for commercial items and services in accordance with the format in Subpart 12.6 and supplemented with additional information included in this notice. The solicitation document and the incorporated provisions and clauses are those in effect through FAC2005-26 (June 2008). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Solicitation number for this request for quote is L09PS01601. The requirement is 100% set aside for small business. Statement of Work:1. Scope of ContractWork includes providing equipment, performing installation, and verifying data retrieval on fifteen existing climate stations located in remote areas of GSENM in south-central Utah. 2. Description of Communication Upgrade A.This upgrade will consist of replacing analog modems and associated hardware with new digital modems, testing signal strength, and verifying data retrieval. B. The successful contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform this upgrade. C. The upgrade will be completed according to GSENM and BLM standards in order to meet the data collection needs of GSENM. D. The existing stations that will be upgraded are located in very remote locations, however all are accessible by 4x4 high clearance vehicle. E. The fifteen existing climate stations that are scheduled to be upgraded are manufactured by Campbell Scientific and contain CR10X dataloggers. All are powered by solar panels and have an automotive-type 12 volt battery to provide power to the system. New equipment to be installed must be compatible with this system.The following equipment (or equivalent) is compatible with the existing climate stations, must be provided by the successful contractor, and must be used in this upgrade :Airlink CDMA Cellular Digital Modem for Alltel systems (or equivalent)Raven and Redwing Mounting Kit (or equivalent)Campbell Scientific I/O to RS-232 DCE Interface (or equivalent)SMA Male to TNC Female Antenna Cable Adapter (or equivalent) F. GSENM has an existing wireless contract with Alltel that will be utilized for the new digital modems. The new equipment to be installed must be able to support this contract. G. The approximate locations of the fifteen climate stations scheduled for upgrade are listed below: Climate Station Longitude LatitudeKanab 363960.00000 4099486.0000040 Mile Ridge 497111.65625 4137528.50000Silver Falls 492344.65625 4176317.25000Grand Bench 480814.25000 4109807.50000Big Sage 448795.28125 4150872.75000Willow Gulch 458733.50000 4193673.25000Circle Cliffs 489716.93750 4195553.00000Brigham Plains 419912.18750 4118884.25000Buckskin Mountain406917.75000 4103934.50000Smoky Mountain458866.87500 4117171.00000Between the Creeks 407225.75000 4146695.25000Deer Springs Point 395142.65625 131182.50000Four Mile Bench440610.00000 4135704.00000Mudsprings422771.37500 4161966.50000Deer Creek467315.17075 4188799.13318 3. Minimum Qualificationsa. The Contractor shall meet the following minimum qualification requirements: A.Five years experience in climate station installation and configuration.B.Specialized experience and technical competence which includes:1.Proven ability through past work experiences in the successful installation of climate station hardware.2.Proven ability through past work experiences in the successful installation of climate station software and communications.C.Capacity to accomplish the work in the required time. 4. Evaluation Criteriaa. Experience (reference above Minimum Qualifications Requirements). Five years of work experience in climate station installation and configuration. Describe your experience in climate station hardware and software installation, including communication systems. b. Submit examples of past work experience or projects that demonstrate your proven ability to successfully complete this type of project. c. Explain your capacity to accomplish the job in the required time. d. Submit price quote for total job, including equipment, labor, travel, and any other expense required to complete the project in the required timeframe. 5. ScheduleA. The Contractor shall contact the Contracting Officer within 10 days after receipt of an awarded contract for project coordination and scheduling with Grand Staircase-Escalante National Monument (GSENM). E. Contractor shall coordinate with GSENM to assure accurate data retrieval and system reliability. 6. Government Furnished PropertyA. The Government will furnish the following material or services during contract performance. The Contractor shall be liable for loss or damage of the following Government furnished property:1.GPS locations, maps, or location descriptions (if required by contractor) of climate stations for project location purposes.2.Keys to unlock climate station enclosure boxes to access electronics.3.Background information for the project.B. All Government property shall remain the property of the BLM and shall be returned in original condition upon completion of the contract. 7. Installation and Configuration Standards for Communications UpgradeA. The quality of installed hardware and the installation itself shall be clean and professional. The following requirements apply:1.All hardware shall be of a professional and research grade. It must be able to withstand the harsh desert environments where the climate station is located.2.All communication equipment shall be of professional grade, compatible with the cellular system required by GSENM, and able to effectively transfer data at least four times per day. 3.All hardware and communication equipment shall be installed in a professional manner, with no bare wires or loose equipment. 4.Upon new hardware and communication equipment installation, the datalogger software must be configured to GSENM specifications 8.Period of ContractA. Work shall begin within fifteen (15) days after the effective date of Notice to Proceed. Work on the upgrade project is anticipated to last approximately 30 to 60 days with the project completed no later than December 15, 2009. B. A conference call shall serve as the Pre-Work meeting, where there will be clarification regarding contract terms, work performance requirements, and the Contractors plan for conducting the work. C. The Governments Contracting Officers Representative (COR) shall maintain contact with the Contractor during duration of the contract, and will be the primary contact. The Contracting Officer (CO) will be available for any necessary clarifications. 9. PaymentsPayment will be made for the project as a package, with full payment being made after completion of the communications upgrade. The Contractor is required to submit an invoice to the BLM/COR for payment. 10. Inspection and AcceptanceThe Contractor shall follow the schedule within this contract regarding the completion date of the project. GSENM will review the finished communications upgrade for reliability and completeness. The final product must be approved by the COR prior to payment. Equipment to be provided shall be as follows:Airlink CDMA Cellular Digital Modem for Alltel Systems or equivalentRaven & Redwing Mounting kit or equivalentCampbell Scientific I/O to 9-Pin RS-232 DCE Interface or equivalent.SMA Male - TNC Female Antenna Cable Adapter. Labor shall be quoted to complete the removal of analog modems, installation of digital modems, testing for signal strength and verifying successful data retrieval as per the statement of work. Travel shall be quoted and paid for at prevailing government per diem rates as follows:Mileage approximately 1500 miles (55 cents per mile)Motel Accomodations for two technicians for approximately 4 nights ($116.00/day)Camping for two technicians for approximately 8 nights ($29.00/day) 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 electronically at this/these address(es): http://www.arnet.gov/far 52.204-6 Data Universal Numbering System (DUNS) Number. (APR 2008) 52.204-7 Central Contractor Registration. (APR 2008) 52.212-4 Contract Terms and Conditions - Commercial Items. (OCT 2008) 52.213-2 Invoices. (APR 1984) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. (APR 1984) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. (JUN 2009) - Alternate I (FEB 2000) (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Contracting Officer check as appropriate. x(8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). x(18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). x(19) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). x(20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). x(21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). x(22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). x(24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). x(29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). x(31) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). x(39) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) x(1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). (d)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (d)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.212-1 Instructions to Offerors - Commercial Items. (JUN 2008) 52.212-2 Evaluation - Commercial Items. (JAN 1999) (a) The Government will award a contract 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 following factors shall be used to evaluate offers: 1. Technical Capability: The offeror shall be regularly engaged in the work called for in this solicitation. Other factors are outlined in the statment of work.2. Past Performance: The Government may, at its discretion, may base past performance on knowledge of the offerors work, customer survey, or knowledge of the required supply or service. Other criteria are outlined in the statment of work.3. Price Technical and past performance, when combined, are of greater importance when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications-Commercial Items. (JUN 2009) 52.233-2 Service of Protest. (SEP 2006) 801-539-4165801-539-4222 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 1452.233-2 Service of Protest
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L09PS01601/listing.html)
- Record
- SN01941412-W 20090906/090905000446-dc049c9e6f80912685fac00229f06c8a (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 |