Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2009 FBO #2959
SOLICITATION NOTICE

60 -- Portable Distributed Temperature Sensing (DTS) Unit

Notice Date
12/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0065
 
Response Due
1/8/2010
 
Archive Date
12/29/2010
 
Point of Contact
CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;
 
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. Solicitation Number #:10WRQQ0065 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-38, dated Dec. 10, 2009. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 334519, Size Standard: 500. DESIRED DELIVERY DATE: 10 DAYS ADC DELIVERY/PERFORMANCE LOCATION(S): MENLO PARK, CA. CLIN 0001: Portable Distributed Temperature Sensing (DTS) Unit, 1 Each. The DTS system will be used to measure and monitor temperatures in boreholes. The portable DTS measurement system includes a portable computer for pulsed laser measurements of temperature along optical fibers. The system must have the measurement capability for a spatial resolution of 1 meter or less and temperature resolution of less than 0.1 degrees Celsius. Also includes Microsoft Windows based software for recording and analyzing data from the DTS measurement unit, and two each 1000-meter long braided metal armored fiber optic cables for deployment in the bore holes with a weight of no more than 25 kilograms per kilometer of length; each cable being able to function at temperatures up to 150 degrees Celsius. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If however, an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of the provision. The following additional FAR Clause is Incorporated by Full Text: 52.212-02, Evaluation - Commercial Items (Jan 1999), Evaluation Factors: (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price;(iii) past performance. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following additional FAR Clauses are Incorporated by Full Text: 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009), 52.222-25, Affirmative Action Compliance (Apr 1984), and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following FAR are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I) SEP 2006 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.219-28 Post Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies AUG 200952.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products DEC 2007 52.225-1 Buy American Act - Supplies JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html, as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - All interested Companies must be registered with the Central Contractor Registration (CCR). To register with the CCR, go to the CCR web site at http://www.ccr.gov. POC for this award is Cheryl A. Fitch at 916-278-9331. All questions and concerns shall be submitted in writing to cfitch@usgs.gov. All questions must be submitted NLT December 29, 2009. Quotes can be e-mailed to cfitch@usgs.gov or fax them to 916-278-9339. Quotes will be considered late if not received by January 4, 2010 no later than 4:00pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0065/listing.html)
 
Place of Performance
Address: US. Geological Survey, MS 977, 345 Middlefield Rd., Menlo Park, CA.
Zip Code: 940253561
 
Record
SN02032308-W 20091231/091229234217-b5040e3e4a5b18430b29a0e262252a06 (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.