Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

58 -- YKF GPS RADIO COLLARS KUNTZ

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE 1011 E TUDOR ROAD ANCHORAGE AK 99503-6199 US
 
ZIP Code
00000
 
Solicitation Number
140F0718Q0043
 
Response Due
8/21/2018
 
Archive Date
9/5/2018
 
Point of Contact
Miller, Randall
 
Small Business Set-Aside
Total Small Business
 
Description
GPS/Iridium Telemetry collars for Lynx This is a combined synopsis/solicitation for commercial goods and is 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. A separate written solicitation will not be issued. The solicitation number is 140F0718Q0043 and is issued as a request for quotation (RFQ). This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #2005-99, effective 16 Jul 2018 This requirement is a 100% small business set aside. The North American Industrial Classification System (NAICS) number is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and the business size standard is 1250 employees. Quotes or questions shall be submitted via e-mail to Randall Miller at randall_miller@fws.gov and shall include the solicitation number140F0718Q0043 in the subject line. This solicitation closes 1700 Eastern daylight time 8/21/2018 The U.S. Fish and Wildlife Service, Alaska has a requirement for: quantity 161 GPS/Iridium telemetry tracking collars for Lynx, 40 of which must also be compatible for use on lynx kittens but expandable for adult use. Frequencies to be provided upon award. Specifications: Housing size: equal to or less than: length x width x height = 2.3 x 1.4 x 1.1 inches Weight equal to or less than 180g for overall weight (transmitter and collar) Ability to adjust to fit on an adult or kitten (at least 40 of total number of collars) kitten collars must be expandable Collar must operate at temperatures down to -40 F Transmitter and battery must be hermetically sealed single metal canister to prevent water penetrations Reinforced vhf antenna High performance magnetic reed switch Transmission of Global Positioning System locations using Iridium Services Mortality, activity and temperature sensors Quick fix position (QFP) GPS iridium unit must be FCC and IC certified Collars must include a VHF transmitter GPS/QFP, Iridium transmission schedules, VHF schedules and sensor options must be capable of being user-defined Activity or temperature data can be collected and transmitted via Iridium, and stored on board for downloading upon recovery All location positions and sensor data collected must be stored-on-board the collar Timing is programmed using Coordinated Universal Time (UTC) Must comply with Part 15 of the FCC Rules Software that can convert raw data into data reports and to display locations on Google Earth and Google Maps Ability to program collar in hand and remotely (ability to program VHF on/off, ability to collect up to 6 locations every 24 hours) operational life: 3 years or more Collars must be able to be refurbished to original condition Delivery location is Yukon Flats NWR 1010 12th Ave., Room 264 Fairbanks, AK 99701 Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including DUNS No., and business size/type. In addition, your quote should provide a proposed delivery schedule, unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. Prospective contractors shall be registered in the SAM database https://www.sam.gov/ prior to award of a contract. The following provisions and clauses apply to this acquisition 52.252-2 -- Clauses Incorporated by Reference. 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 website farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract 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: 1 Technical solution offered satisfying the governments requirements in terms of specifications, quality, usability, safety and Reliability 2 Demonstrated past performance 3 Cost/price FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: including 52.204-10 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50 52.222-55, 52.225-152.225-13, 52.232-33. USFWS R7 Environmentally Preferable and Energy-Efficient Products and Services Policy Whenever cost effective, the contractor should provide products and/or services that are energy efficient, promote water conservation and are bio-based. The use of nonhazardous and recovered materials is encouraged. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Randall Miller via email: randall_miller@fws.gov or telephone: (907) 786-3466. Additional document information and attachments may be available and can be accessed at the FedConnect link under the "Additional Info" heading. Click "Public Opportunities" and search by using the reference number 140F0718Q0043 to find any additional documents related to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0718Q0043/listing.html)
 
Record
SN05024551-W 20180809/180807231430-317b21c2a935c0f9562d8f0ca9a88d27 (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.