Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

U.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