Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2014 FBO #4619
SOLICITATION NOTICE

J -- REPAIR, REFURBISH AND CALIBRATE 20 EXISTING WETLABS WATER QUALITY MONITORS

Notice Date
7/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
NFFKHC40-14-02968
 
Archive Date
8/7/2014
 
Point of Contact
Linda L Mullen, Phone: 757-441-3436
 
E-Mail Address
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NFFKHC40-14-02968. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This procurement is full and open. The FSC for this is J066 and the North American Industry Classification System (NAICS) Code is 334516, small business size standard is 500 employees. The U.S. Dept of Commerce, Chesapeake Bay Program Office, Annapolis, MD, has a requirement for the following services: LI 0001: Service 10 existing water quality monitors in accordance with the following statement of work 10 EA tiny_mce_marker_______/each__ Water Quality Monitoring Equipment and Service Specifications Requisition: Introduction: The water quality monitoring equipment and service that is being requested is in direct support of the Chesapeake Bay Interpretive Buoy System (CBIBS). These specifications describe the need by the Department of Commerce (DOC), National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), NOAA Chesapeake Bay Office (NCBO) in furtherance of its assigned mission areas and support for the Chesapeake Bay Interpretive Buoy System. The NOAA Chesapeake Bay Office would like to purchase 2 Water quality monitoring (WQM) sensors and have up to 10 existing Wetlabs WQM sensors repaired, refurbished & calibrated. The specifications are listed below. It is expected that the NOAA Chesapeake Bay Office would receive the new WQM's within 90 days of the start of the purchase order. The repair, refurbishment & calibration of the existing WQM's will occur as needed throughout a 1 year period. Specifications: The equipment will be mounted in the water on a stainless steel frame through the ‘moon pool' of an AXYS Watchkeeper oceanographic buoy in the Chesapeake Bay Interpretive Buoy System (CBIBS). It must be size-, plug-, and data output compatible with existing Wetlabs WQM hardware to enable direct substitution in the field. Size < 70 cm length, <20 cm maximum cross section width Plug mates with MCIL-6-FS (on buoy cable) Sensed Parameters Range Accuracy Resolution Temperature -5 to 35 deg C 0.002 deg C 0.001 deg C Conductivity 0 to 9 S/m 0.003 S/m 0.0005 S/m Pressure/Depth 0 - 100 m 0.1% FS 0.01% FS Dissolved Oxygen 120% 0.1 mg/l 0.01 mg/l Turbidity 0 - 100 NTU 0.1% FS 0.04% FS Chlorophyll A 0 - 100 µg/l 0.2% FS µg/l 0.04% FS µg/l Output Must deliver sensor output as a serial ASCII string of 1 Hz data at 19200 baud Sensor anti-fouling measures supporting extended deployments in excess of 60 days in a warm productive coastal environment Internal data storage > 500 mb Nominal 12 V power Vendor must also be able to provide full service and repair of equipment, including: Provision of replacement parts Refurbishment of equipment Repair of housing, sensors, electronics, and fittings Perform accurate laboratory calibration of sensors relative to documented standards The following provisions and clauses apply to this solicitation and any resulting purchase order: FAR 552.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2013) FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (NOV 2013) - NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at http://orca.bpn.gov and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (SEPT 2013), with addenda: FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2014) {Fill-in: Part B, Check Items 1, 4, 8, 23, 26, 28, 29, 31, 38, 40, and 48} CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) CAR 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) CAR 1352.233-70 AGENCY PROTESTS (APR 2010) PERIOD OF PERFORMANCE: August 1, 2014, or date of award, whichever is later, through July 31, 2015. DELIVERY LOCATION: Chesapeake Bay Program Office, 410 Severn Avenue, Suite 107A, Annapolis, Maryland 21403. No Defense Priorities and Allocations System (DPAS) rating is assigned. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov Additionally, each offeror must obtain, and PROVIDE WITH THE QUOTE, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M EST, Wednesday, July 23, 2014. Offers maybe faxed to 757-664-3649 or electronically to Linda.Mullen@noaa.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Linda Mullen at Linda.Mullen@noaa.gov or faxed to 757-664-3649. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NFFKHC40-14-02968/listing.html)
 
Place of Performance
Address: 410 Severn Avenue, Suite 107A, Annapolis, Maryland, 21403, United States
Zip Code: 21403
 
Record
SN03427853-W 20140718/140716235628-1459274574996b647773701e6fff9f81 (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.