Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

66 -- GPS Water Level Buoy System - NCNJ1000-10-15652 - SOW

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ1000-10-15652
 
Archive Date
8/12/2010
 
Point of Contact
Sandra K. Souders, Phone: 3017130820135
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for GPS Water Level System Buoy This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This solicitation is set aside exclusively for small business concerns. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNJ1000-10-15652 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 334511 and the Small Business Size Standard is 750 employees. A long standing challenge for the National Oceanic and Atmospheric Administration's (NOAA) goal of advancing the use of GPS for more accurate and efficient processing of hydrographic surveys has been the inability to probe water levels within outbound waterways for differences in the GPS ellipsoidal separation of tidal datum and tidal constituents. An over-arching goal with respect to this challenge is to implement the technological infrastructure and processes to successfully survey to the GPS ellipsoid. Obtaining reliable GPS water level buoys is considered central to achieving this goal. NOAA and NOS has a requirement to procure a GPS water level buoy system deployable from small vessels that is capable of acquiring high accuracy dual-frequency GPS data which can be processed in Post Processed Kinematic (PPK) mode for use in measuring vertical ellipsoidal heights of water levels for hydrographic surveying applications. The primary function of the GPS Water Level Buoy System is to collect accurate three-dimensional water level data. This system shall permit water levels to be determined in post processing. The ability to conduct PPK mode of GPS processing shall be supported by the GPS Water Level System. Delivery of the completed GPS water level buoy and documents shall be within 120 days of receipt of order. Details regarding this requirement are listed in the attached Statement of Work entitled 'GPS-Tracked Water Level System Buoy'. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-44. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order 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) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to provide a written and electronic response to be received no later than noon, July 27, 2010 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twelve (12) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required GPS-Tracked Water Level System Buoy. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNJ1000-10-15652/listing.html)
 
Record
SN02210580-W 20100721/100719234936-ea3d8a1de75169d1494fa537ceaf17bb (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.