Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2009 FBO #2938
SOLICITATION NOTICE

63 -- Supply and deliver radio tracking collars for bobcats

Notice Date
12/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - GOGA Golden Gate NRA Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
Q8548100001
 
Response Due
12/15/2009
 
Archive Date
12/8/2010
 
Point of Contact
Gene A. Siri Contract Specialist 4155614794 gene_siri@nps.gov;
 
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
DESCRIPTION The National Park Service, Santa Monica Mountains National Recreation Area, has identified a requirement to solicit the purchase and delivery of radio tracking collars for bobcats. This combined synopsis/solicitation for commercial items has been prepared in accordance with Federal Acquisition Regulation (FAR) 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 is Q854810001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, dated October 14, 2009. This solicitation is set-aside for small business. The North American Standard Industrial Classifications System Code is 334519 and the small business size is less than 500 employees. General Description Radio collars are needed to track bobcats within a study area of the Santa Monica Mountains National Recreation Area. The collars must be small and light enough to not seriously impair the bobcats wearing them, they must provide a sufficient number of GPS locations during the lifetime of the radio collar, and they must provide a sufficiently strong very high frequency (VHF) signal so that NPS personnel can effectively radio track bobcats in difficult, back country areas. Requirements/Specifications The collars must- allow locations to be stored in the collar and be remotely downloadable in the field,- be user programmable,- provide separate power sources for GPS and VHF,- provide a minimum 1 year GPS battery life at a minimum sampling rate of 8 fixes per day (with 90 sec timeout),- provide a high output VHF beacon at 50-60 ppm,- provide a minimum 2 year VHF battery life,- provide a six hour mortality sensor at 100-120 ppm,- not exceed a maximum weight for female bobcats of 200g (3 collars to be delivered), and not exceed a maximum weight for male bobcats of 250g (4 collars to be delivered),- be predator packaged,- be round in shape,- not exceed a width of 2.6cm,- operate on the following required frequencies: 164.975, 164.995, 165.085, 165.135, 165.155, 165.415, 165.605,- withstand 100+ F temps, and - be available for delivery by 12/21/09. The Contract Specialist for this project is Gene Siri, 415-561-4794. Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acquisition.gov/far. The following FAR clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, Instructions To Offerors - Commercial Items52.212-2, Evaluation - Commercial Items - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, Offeror Representations and Certifications - Commercial Items - a completed copy of the provision at 52.212-3 must be submitted with the bid / offer, or you can register your reps and certs online at http://orca.bpn.gov; 52.212-4, Contract Terms and Conditions - Commercial Items - applies to this acquisition; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, including 52.233-3 Protests After Award, and 52.333-4 Applicable Law for Breach of Contract Claim, and the following paragraph (b) clauses added: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases, 52232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. BID SUBMITTAL REQUIREMENTS Note the requirements above. -Each bid must include: Price that includes delivery to Santa Monica Mountains National Recreation Area;Documentation demonstrating the ability to meet all specifications; andPer FAR 52.212-2 for past performance, submit a list of at least 3 references with contact namesand numbers where the tracking collar is currently being used. VENDOR REQUIREMENTS: Prospective Bidders desiring to conduct business with the National Park Service will be required to register at the Central Contractors Register (CCR) on the internet at http://www.ccr.gov prior to award. PROPOSALS ARE DUE: Proposals are due for this combined synopsis/solicitation on December 15, 2009 at 1:00 PM Pacific Time and shall be delivered by the specified time to the National Park Service, Golden Gate National Recreation Area, Building 201, Fort Mason, San Francisco CA, 94123, ATTN Gene Siri, Contracting Office: RFQ N8548100001. Facsimile quotations are acceptable with all required documentation at 415-561-4795. E-mail questions are acceptable to gene_siri@nps.gov as are e-mail quotations with all required documentation. No oral quotations will be accepted. Bidders must furnish the company name, DUNS number, address, phone, fax number, email address if available, and official point of contact. All Quotes must be manually signed by an authorized company official. All questions regarding this solicitation should be directed to Gene Siri, 415-561-4794. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8548100001/listing.html)
 
Place of Performance
Address: Santa Monica Mountains National Recreation AreaThousand Oaks, CA
Zip Code: 91360
 
Record
SN02019270-W 20091210/091208235253-0679acdb282931be988df89bb1eccc25 (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.