|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634U.S. Geological Survey, MS 205A, 12201 Sunrise Valley Drive, Reston, VA
20192 20 -- SIDESCAN SONAR AND BATHYMETRY SURVEYING SYSTEM SOL 00HQSS0027
DUE 071100 POC Pansy R. Yeatts, (703) 648-7382 E-MAIL: click here to
contact the contracting officer via, pyeatts@usgs.gov. This
modification converts solicitation 00HQSS0027 to A COMBINED
SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH
THE FORMAT IN FAR SUBPART 12.6, AND SUPPLEMENTED WITH ADDITIONAL
INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE
ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED. A WRITTEN
SOLICITATION WILL NOT BE ISSUED. This procurement is being conducted
under the Simplified Acquisition Procedures for Commercial Items. This
solicitation document and incorporated provisions are those in effect
through Federal Acquisition Circular 97-17. This is an unrestricted
solicitation. The SIC Code is 3812 sonar systems and equipment. The
small business size is 750 employees. The Offeror shall state in the
quotation the company's size status for this procurement. All qualified
responsible business sources may submit a quote which shall be
considered by the agency. The US Geological Survey (USGS) Geologic
Division has a requirement for one Sidescan Sonar and Bathymetry
Surveying System. The equipment and integrated software must include
the following technical features but is not limited to the following
functions: 1. Must not be in a towed body configuration. 2. Must be
portable enough to mount on any ship bow or in a side mount
configuration. 3. Must be delivered as a complete and stand-alone
system. 4. Must include necessary mounting and rigging hardware, all
necessary cabling to and from the 5. sensor head, all necessary
amplifiers, shipboard data collection and processing hardware and
software. 6. The transmitted SONAR signal must be in the range of 230
kilohertz. 7. Must acquire side scan SONAR and co-registered
interferometric bathymetery data. 8. System must be capable of
interfacing with all existing USGS data processing software. 9. All
data must be compatible with USGS processing software. 10. Must be able
to mount a motion reference unit to the transducer head. 11. Must
accept external navigation, and compass information. 12. Must be able
to collect data in a swath that measures at least ten times the water
depth, uses the interometric method for determining depth soundings.
13. The data acquisition computer used to store the swath bathymetric
information must run under Microsoft Windows NT. 14. The data
acquisition computer used to store the swath bathymetric information
shall have the ability to be linked via ethernet connections to USGS
computers during vessel cruises. 15. This system shall be delivered on
or before September 1, 2000, FOB destination, to the U.S. Geological
Survey, 35W Woods Hole Road, Falmouth, Massachusetts 02540. The
following Federal Acquisition Regulation (FAR) clauses shall be
applicable to this procurement: FAR 52.212-1 "Instructions to Offerors
-- Commercial Items and addenda 52.237.1. FAR 52.212-2 Evaluation --
Commercial Items. The following factors shall be used to evaluate
offers: (i) Technical capability of the item offered to meet the
Government requirement; (ii) Price; (iii) Past performance. Evaluation
factors arelisted in descending order of importance. FAR 52.212-3
Offeror Representations and Certifications-Commercial Items. Offerors
shall include with their offers a completed copy. FAR Clause 52.212-4,
Contract Terms and Conditions Commercial Items; FAR Clause 52.212-5,
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Items. Full text is available upon faxed
request; FAR Clause 52.225-1, Buy American Certificate; FAR Clause
52.225-3, Buy American Act Supplies; FAR Clause 52.225-4, Evaluation of
Foreign Currency Offers; FAR Clause 52.225-11, Restrictions on Certain
Foreign Purchases; and FAR Clause 52.232-33, Payment by Electronic
Funds Transfer-Central Contractor Registration. The full text of the
clauses may be accessed electronically at this address:
http://www.ARNet.gov/far/. Responses to Solicitation 00HQSS0027 shall
be in writing and must be received via standard mail by 11 July 2000,
no later than 4:00 PM Eastern Standard Time at US Geological Survey,
Acquisition and Federal Assistance, Mail Stop 205-A, 12201 Sunrise
Valley Drive, Reston, Virginia 20192. Offers should be marked with the
solicitation number and addressed to Pansy R.Yeatts. Electronic mail
and facsimile transmittal will be accepted, however, telephone
confirmation of receipt is suggested. Telephone responses will not be
honored. Offerors shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies, " the Offerors shall so state and shall list the country of
origin. Potential offerors will be responsible for downloading their
own copy of this combination synopsis/solicitation and amendments.
Posted 06/29/00 (W-SN470210). (0181) Loren Data Corp. http://www.ld.com (SYN# 0327 20000703\20-0002.SOL)
20 - Ships and Marine Equipment Index Page
|
|