Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
MODIFICATION

66 -- Transient Electromagnetic System

Notice Date
6/12/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
12201 Sunrise Valley Drive, Reston, VA 20192
 
ZIP Code
20192
 
Solicitation Number
0040076469
 
Response Due
6/20/2013
 
Archive Date
12/17/2013
 
Point of Contact
Name: Kenneth Moris, Title: Contract Specialist, Phone: 7036487354, Fax: 7036487901
 
E-Mail Address
kmoris@usgs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is 0040076469 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-06-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Storrs, CT 06269 The US Geological Survey requires the following items, Meet or Exceed, to the following: LI 001: Base TEM system: - capable of acquisition in either conventional static data collection geometry or continuous movement operation using a mobile cart or other towable configuration - transmitter: system to have output current of at least 5 amps using an internal battery; greater than 15 amps using an external power source. Turn-off time of at least 1 microsecond at 1 amp and 10 microseconds at 10 amps; transmitter moment can be configured by user; system dead-time to permit data recording a minimum of 1.5 microseconds after transmitter turn-off. - transmitter coil: at least 40 x 40 meters for an effective area of at least 1,600 square meters. Transmitter coil will be deployed from a hand-operated reusable cable reel - receiver: system to have at least 2 receiver channels and 2 receiver coils. One coil should have a minimum effective area of 5 square meters; the second should have a minimum effective area of 200 square meters. Multi-turn coils are acceptable. -receiver: dynamic range of at least 120 dB; number and length of time windows can be configured by user for a minimum of 30 time gates. -power: can be powered externally or by internal batteries (to be included) -case and connections: must be water resistant for use on land or over water -weight: transceiver unit to be portable, rugged, and environmentally sealed with maximum weight of 35 lbs (including internal batteries) -GPS: embedded GPS supporting RTK, SBAS or wide area DGPS -Software: system to be delivered with Windows-PC compatible software capable of (1) all necessary data acquisition; (2) processing to extract, filter, and transform the instrument data; and (3) performing 1D data inversion. Minimum of 1 year of software updates to be included -Warranty: minimum of 1 year, 1, EA; LI 002: Mobile system: Towable transmitter and receiver system configuration apparatus utilizing the base TEM data acquisition system as described above with the minimum following capabilities: -Transmitter and receiver system with a configuration suitable for towing behind a vehicle or boat. Transmitter loop should have a modifiable tubular or similar design enabling the user to select and assemble the transmitter loop geometry in increments of a minimum of 1 meter. Base symmetric loop sizes ranging from 3m x 3m to 6m x 6m are acceptable. Receiver attachment and offset relative to the transmitter frame must be modifiable consistent with the selected transmitter geometry. - Provision of a tow vehicle or trailer is not required. However, the necessary transmitter and receiver support frame apparatus and all required connecting cabling and connectors must be included. -Mobile system software: software suitable for mobile data acquisition, processing, and modeling with the following capabilities must be provided: Windows PC compatible; provides for real-time monitoring and display of system output including transmitter output, receiver decay data, and system location; output file format must be compatible with Oasis Montaj software; minimum of 2 years of software updates to be included -Warranty: minimum of 1 year, 1, EA; LI 003: Training: Minimum 2-day, on-site, hands-on workshop to cover system operation, data collection and data processing & modeling, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040076469/listing.html)
 
Place of Performance
Address: Storrs, CT 06269
Zip Code: 06269
 
Record
SN03087609-W 20130614/130613000011-e56a7c1b7cf441b0c48998d2d56d034d (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.