Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

66 -- Extreme Cold Weather High Altitude Balloons for use at South Pole

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326111 — Plastics Bag and Pouch Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ1000-11-02933WGC
 
Archive Date
6/25/2011
 
Point of Contact
Bill Cushman, Phone: 303-497-6072
 
E-Mail Address
bill.cushman@noaa.gov
(bill.cushman@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMJ1000-11-02933WGC. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (IV) This solicitation is open to all businesses. NAICS Code is 326111. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 0001: 36 Extreme Cold Weather Plastic High Altitude Balloons for use at South Pole. (VI) Description of requirements is as follows: BACKGROUND: Research by the Global Monitoring Division (GMD) has been critical in determining the degree of the depletion of stratospheric ozone and the trends of the compounds causing this depletion. GMD determines the vertical extent of depletion over Antarctica (the ozone hole) through the use of high altitude balloons carrying ozonesondes. The plastic balloons are necessary to reach the required height in extreme cold conditions. The entire lot of balloons must be shipped together since logistical support for the South Pole Station is suspended for 9 months due to weather conditions. The balloons are stored outside where ambient temperatures can reach -80 C. It is imperative that the balloons are not defective and able to reach the required height since replacement shipments are not possible. GMD is required by the Clean Air Act - 1990 to fulfill this mission requirement and must have a reliable balloon to perform these critical measurements in extreme conditions. TECHNICAL SPECIFICATIONS: 1. The balloons shall be made from a linear, low density polyethylene film capable of withstanding normal balloon handling in Antarctic conditions where ambient temperatures can be as low as -80 C with no sunlight. 2. The inflation tube shall be securely attached to the top of balloon. 3. The balloon volume and design shall be capable of carrying a 2.8 pound (1.27 kilogram) package to a pressure altitude of 8 hectopascals (hPa) where the ambient temperature will be approximately -55 Celsius (C) at 8 hPa. This is approximately 29 kilometers (95,150 feet) above sea level for September South Pole atmospheric conditions. The balloon will be filled with helium with 30% free lift in order to ascend at minimum rise rates of 3-4 meters per second (590-790 feet per minute). 4. The balloons shall be individually packed in cardboard boxes with protective covering (cloth or other suitable material). If pallets are used for shipping they must not be made of particle board and meet shipping requirements of the National Science Foundation Antarctic Support contractor. Email bill.cushman@noaa.gov for further specifications on shipping requirements beyond this solicitation. 5. The balloons are filled in a shelter that the operator must be able to be hand carry through a door opening of 19 feet high by 12 feet wide to launch. 6. The quote must detail the following specifications: 1) The volume size of the balloon 2) Estimated empty weight of the balloon 3) Thickness of the poly film (VII) Required delivery is 45 days ARO. Place of Delivery is: NATIONAL SCIENCE FOUNDATION Port Hueneme Operations Bldg 471 - North End Naval Base Ventura County - Port Hueneme PORT HUENEME, CA 93043. Delivery shall be FOB Destination; quote shall include all shipping charges, if applicable. The shipment must be labeled with the following for further deployment to the South Pole with the total number of boxes documented on the 5th line of the label: *FOR FURTHER SHIPMENT TO ANTARCTICA* Project: Butler/Moe, O-257-S Station Abbreviation: NPX Station Project Code: DR3 Number of this Box: (X pieces) ROS Date: 01st January, 2012 (12001) (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Offerors are instructed to complete and return Standard Form 18, in addition to written price quotes. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all technical specifications as stated in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. The written quote must detail the following specifications: 1) The volume size of the balloon 2) Estimated empty weight of the balloon 3) Thickness of the poly film (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (37)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 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): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.201-70 Contracting officer's authority (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.cushman@noaa.gov. Questions should be received no later than 10:00 AM MDT, June 10, 2011. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 10:00 A.M. MDT on June 10, 2011. All quotes must be faxed or emailed to the attention of Bill Cushman. The fax number is (303) 497-5590 and email address is bill.cushman@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Bill Cushman, Administrative Officers, 303-497-6072, bill.cushman@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ1000-11-02933WGC/listing.html)
 
Place of Performance
Address: South Pole, United States
 
Record
SN02457826-W 20110528/110526234650-4097a59d197e5700140dffa87c68dc31 (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.