Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2014 FBO #4437
MODIFICATION

20 -- Annual Performance Assessment, Replacement, Testing, Evaluation, Repair, Certification and Calibration Services of Marine Instruments for Measurement of Salinity, Temperature, Pressure, Dissolved Oxygen and Related Oceanographic Variables

Notice Date
1/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA-133M-13-RQ-0418
 
Archive Date
12/23/2014
 
Point of Contact
Charles Hartley, Phone: 757-441-6457
 
E-Mail Address
charles.hartley@noaa.gov
(charles.hartley@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to negotiate a sole-source contract pursuant to the authority of 41 U.S.C. 253(c)(1), only one responsible source, which applies when the supplies/services required by the agency are only available from one responsible source and no other type of supplies or services will satisfy agency requirements. Specifically, the National Oceanic and Atmospheric Administration's (NOAA) Eastern Region Acquisition Division, Norfolk, VA (ERAD) on behalf of NOAA's Office of Marine and Aviation Operations (OMAO) and National Weather Service's National Data Buoy Center (NDBC) intends to negotiate a contract on a sole source basis with Sea-Bird Electronics, Inc., 13431 NE 20th St, Bellevue, WA 98005-2319 for providing and maintaining marine instruments for measurement of salinity, temperature, pressure, dissolved oxygen, related oceanographic variables. The rigorous use of these instruments on ships throughout NOAA's field research season (February - November) and the continuous year-long use of the instruments on Tropical Atmospheric Ocean (TAO) BUOYS in the ocean causes the equipment to deteriorate and degrade, which results in less accurate data collection. Seabird has the ability to perform annual assessments, testing, evaluation, repair, re-certification and calibration to keep the instruments in good working condition in order to maintain the accuracy of the data collected. This notice is a follow-on (and final notice) to the sources sought synopsis issued on May 29, 2013. Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. The following minimum requirements will apply to any resultant contract: Materials PET Plastic or Titanium Temperature Conductivity Pressure Range -5 to 35 degree C 0 to 7 S/m Up to 7000m depth Accuracy ±0.002 degree C 0.0003 S/m 0.1% full scale Resolution 0.0001 degree C 0.00001 S/m 0.002% full scale Stability (typical) 0.0002 degrees per month 0.0003 S/m per month 0.05% full scale per year Communication Inductive and Serial options Sampling Polled and Autonomous Memory 64 Mbyte non-volatile FLASH (32 Mbyte useable) 8 Mbyte non-volatile FLASH Supply Voltage 7.2 VDC Depth Rating 600 or 10500 m Material PET Plastic or Titanium Dimensions (max) 56 mm X 106 mm X 387 mm 68 mm X 140 mm X 5277 mm Weight in Air 1.1 or 1.6 kg 2.9 or 4.0 kg Weight in Water.5 or 1 kg 1.3 or 2.4 kg NOAA requires an instrument that samples temperature. The instrument must provide an external I/O port for communicating with a SBE9plus CTD system. The manufacturer must provide repair and calibration services. Depth rating: more than or equal to 3000 m. Range: -3 to +20 degrees C Accuracy: 0.002 degrees C Resolution: 0.0005 degrees C Power required: 11 - 16 VDC, 25 ma Signal output: +/- 0.5 V square wave NOAA requires an instrument that samples conductivity. The instrument must provide an external I/O port for communicating with a SBE9plus CTD system. The manufacturer must provide repair and calibration services. Depth rating: more than or equal to 3000 m. Range: 0 - 7 Siemens/meter Accuracy: 0.0003 Siemens/meter Resolution: 0.0004 Siemens/meter Power required: 6 - 24 VDC Signal output: 1 V square wave capacity coupled NOAA requires an instrument that receives a constant 250 VDC and regulates it to a constant 64 VDC. The manufacturer must provide repair and calibration services. Weight: < 10 pounds Length: < 12 inches Diameter: < 5 inches Depth rating: 600 m One standard 2-pin connector (XSG-2-BCL-HP) - to interface with a sea cable One standard 4-pin connector (XSG-4-BCL-HP) - to interface with a SBE49 FastCAT (pin 1- return; pin 2 - transmit to FastCat; pin 3- receive from FastCAT; pin 4 - 15V out) 2. A price sheet or other commercial pricelist or catalog with a description of the instruments that can be provided. 3. A statement or other documentation as to whether the respondent can be represented as a small business concern under the North American Industry Classification System (NAICS) code, 334519, Other Measuring and Controlling Device Manufacturing with a size standard is 500 employees. The applicable NAICS of 334519 must be included in the vendor's NAICS listing within the System for Award Management (SAM) for NOAA to verify your size status, if needed. The contract will result in a firm-fixed price single award IDIQ. The anticipated contract's period of performance will be July 1, 2014 through June 30, 2019, which includes the base and four option years. This proposed action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements". Sensors Specifications is attached to this notice. This is a Notice of Intent, not a solicitation for competitive quotes. A solicitation for this requirement will be issued at a later date. A determination by the Government not to compete this proposed effort will be based upon responses to this notice and past market research performed. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. The North American Industry Classification Code (NAICS) for this acquisition is 334519 with a small business size standard of 500 employees. Any responses to this notice shall be submitted via email to Chas Hartley at charles.hartley@noaa.gov. Responses are due no later than January 30, 2014, 4:00 PM local time. Please indicate EA-133M-13-RQ-0418 in your capability statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-13-RQ-0418/listing.html)
 
Record
SN03268323-W 20140117/140115234255-e0e8214bda063c297f210e2b03a3e244 (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.