Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOLICITATION NOTICE

66 -- The installation and maintenance of new NexSens, buoy-based, lake water temperature profile systems.

Notice Date
5/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN10T0200
 
Response Due
5/26/2010
 
Archive Date
7/25/2010
 
Point of Contact
Terence James, 412-395-7551
 
E-Mail Address
USACE District, Pittsburgh
(terence.james@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The US Army Corps of Engineers, Pittsburgh District intends to issue a sole source award to Fondriest Environmental, Inc. Dayton, OH, for installation and maintenance of new NexSens, buoy-based, lake water temperature profile systems. Water Management Branch requires installation and maintenance for our newly purchased NexSens, buoy-based, lake water temperature profile systems. These systems are composed of a floating buoy platform, a data logging and telemetry system, a waterproof marine enclosure, and a string of temperature themisters. The 5 new lake water temperature buoys are located at following District reservoirs: Tygart Lake, Berlin Lake, Tionesta Creek Lake, Loyalhanna Lake and Shenango Reservoir. This requirement includes the following items: CLIN 0001 is for services for seasonal deployment & removal, data hosting, maintenance and repairs as needed (1) Site visits, a maximum of 30 during the 2-year contract period, with 2 routine site visits to each of the 5 buoys per year as well as 5 additional site visits per year should unforeseen circumstances render additional services; Spring deployment of all 5 buoys, Winter removal of all 5 buoys, If necessary, additional site visits during the operational season for maintenance & repairs. (2)Telemetry and data management for all sites: Annual site interrogation, server interrogation of remote sites to collect and store data, providing current and historical real-time data on line (data presentation and dissemination), and providing status alerts and alarms; CLIN 0002 is for repair parts and supplies as needed (1) Replacement Electronics: circuit boards for NexSens data loggers (estimated 2 units required); and phone modems (estimated 2 units required) (2) Replacement Power Accessories: 12 VDC 8.5 A-Hr (estimated 5 units required); Solar power pack, 5-watt (estimated 6 units required) (3) Replacement Mooring Equipment: mooring & marker buoys (estimated 4 units required); custom built mooring lines with thimbles and sleeves (estimated 4 units required); galvanized chain (estimated 2 units required at 20 ft each); stainless steel bow shackle 1/2 (estimated 4 units required); stainless steel bow shackle 5/8 (estimated 4 units required); pyramid anchor 70 lbs (estimated 4 units required) (4) Replacement Temperature Elements: NexSens T-Node connectorized water temperature sensor (estimated 10 units required); Underwater connectorized cable assembly, 1m (estimated 10 units required) (5) Replacement sonar with NEMA 0183 RS-232 output (estimated 2 units required). All quotes shall include service, maintenance, repair and travel to the various lakes. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, 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; Clause 52.204-7, Central Contractors Registration, Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and Clause 52.212-5( 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222.26, 52.222-36, 52.225-13, 52.232-33, 52.222-41, 52.222-42), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 252.232-7003 Electronic Submission of Payment Requests; Clause 252.212-7001 Contract Terms and Conditions (252.203-7000, 252.225-7001, 252.225-7036, 252.232-7003 252.247-7023 alt III; are applicable to this acquisition, other clauses may be included in the award if applicable. Wage rate schedule used for this project is WD 05-2451 (Rev-9), dated 11/03/2009, Wage Determination No.2005-2451, posted in www.wdol.gov. Quotes are due no later than 10:00 pm (EST), 26 May 2010, in the contracting office, U.S. ARMY ENGINEER DISTRICT, PITTSBURGH, ATTN CECT-LRP, W S MOORHEAD FEDERAL BUILDING, 1000 LIBERTY AVENUE ROOM 2203, PITTSBURGH PA 15222-4186. Oral quotes are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. Electronic quotes are preferred, but fax quotes will be accepted. Quotes may be submitted to: Terence.James@usace.army.mil or via facsimile at 412-644-5109, marked to the attention of Terence James. All quotes should also include a copy of your Service rates and commercial pricelist or price support along with your cage code, Taxpayer Identification number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information regarding this solicitation, contact Terence James via email at Terence.James@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN10T0200/listing.html)
 
Place of Performance
Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor Pittsburgh PA
Zip Code: 15222-4186
 
Record
SN02156863-W 20100523/100521235349-046a1dc1f1a2be2fd2bcee5322e5ee56 (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.