Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOLICITATION NOTICE

66 -- Air-Launched Autonomous Micro Observer Profiling Floats for the U.S. Naval Academy (USNA)

Notice Date
9/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ788
 
Response Due
9/19/2018
 
Archive Date
9/26/2018
 
Point of Contact
Ellen Wright 215-697-9620
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Request for Quotation (RFQ) number is N0018918QZ788. This requirement is for commercial supplies for which a firm-fixed price (FFP) contract is anticipated. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334519 and the Small Business Standard is 500 employees. This is a sole source requirement. The Small Business Office concurs with the set-aside decision. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office requests responses from qualified sources capable of providing the following for the United States Naval Academy (USNA): USNA requires seventeen (17) air-launched autonomous micro observer profiling floats. The products must be air-deployable ocean CTD (conductivity, temperature, depth) profiling floats capable of measuring temperature to +0.002oC over the range of -5oC to 35oC, salinity to +0.01 PSU, and pressure to +2.4 dbar (industry standard error specifications) to a depth of 1200m for more than 1000 observations. Four (4) of the 17 units will also be equipped with an acoustic system capable of full spectrum (10 Hz to 160 kHz) recording and processing. The sensor location must be measured using positions from the Global Positioning System (GPS) and reported along with profile and engineering data by Iridium short burst data packets and received by email for further transfer to NOAA/AOML in the standard Argo PHY (physical units file) format. The instrument must conform to the following: must be deployable from the A-sized stern chute of a USAF WC-130J aircraft during hurricane reconnaissance missions at speeds up to 240 kts. The float must be capable of both park and profile missions (typical for Argo floats) as well as adaptive sampling schemes that are communicated mid-mission to allow for increased measurements at shallower depths during hurricane passage. All other air-deployed profiling floats meeting the sampling and error specifications require opening the aircraft ramp mid-flight for sensor deployment. For deployment during hurricane reconnaissance missions, the stern ramp remains closed, and the profilers must be deployed via the A-sized chute. The profiler must also be equipped with a scuttling feature so it can be prevented from drifting into other countries territorial waters. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b), Soliciting from a single source. The intended sole source vendor is MRV Systems, LLC (CAGE: 6AKQ7) of San Diego, CA. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The anticipated delivery date and location is discussed in the attached documentation. Responsibility and Inspection: Unless otherwise specified in the contract, the contractor is responsible for the performance of all inspection requirements and quality control. The provision at 52.212-1 (Instructions to Offerors -- Commercial) applies to this solicitation. Quoters are advised to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items) and its ALT I with quotes. The clauses at 52.212-4 (Contract Terms and Conditions -- Commercial Items) and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) apply to this acquisition. Provided as an attachment to this posting is more detail regarding this combined synopsis/solicitation, including the Government s Statement of Work (including its minimum need); a list of line item number(s) and items, quantities, and units of measure; and a list of clauses and provisions applicable to this solicitation and the resultant contract. To the maximum extent practicable, clauses shall be incorporated by reference into the resultant contract. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All responsible sources may submit a quote; however, only supplies meeting the USNA s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. This announcement will close at 4:00 PM EST (local, Philadelphia time) on 19 Sep 2018. Contact Ellen Wright who can be reached by phone at 215-697-9620 or by email ellen.wright@navy.mil. All quotations shall be submitted in writing via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ788/listing.html)
 
Record
SN05089657-W 20180916/180914230739-1de3e374d24e2b6ffdbe67176b589b67 (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.