Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

66 -- Fire Fighter Monitor System

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-02-Q-0447
 
Response Due
5/17/2002
 
Archive Date
6/15/2002
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-06.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 421490 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit an offer. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Fire Fighter Monitor System.***All interested offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish a Fire Fighter Monitor System. The Fire Fighter Monitor System is a portable instrumentation package that monitors the environment surrounding a fire fighter. This instrument package shall be able to monitor a number of temperatures, such as front and rear of protective gear, top of helmet, inside of protective gear (front and rear), and room temperature. The package shall also accept input from a thermal heat flux gauge and Personal Alert Safety System (PASS) device. In addition, the instrument package shall be flexible enough to allow expansion for future instruments, such as gas analyzers and global positioning systems. This package shall be a relatively small and battery powered instrument in order to allow it to be worn by the fire fighter. This system shall also be able to maintain communication with a base station and be able to transmit, temperatures, heat flux, and PASS information to the base station. The Fire Fighter Monitor System shall meet or exceed the following requirements and specifications: 1. Shall accept input from at least six type K Chromel Alumel thermocouples, separate ports shall be provided for each thermocouple. Temperature measurements shall be accurate to +/- 3 degrees Centigrade; 2. Shall accept input from heat flux gauge, separate port able to handle 0 to 100 mV; 3. Shall accept input from pressure transducer for monitoring breathing air pressure in self contained breathing apparatus, separate port able to handle 0- 100 m V; 4. Shall accept digital input from PASS device, separate port able to handle signal from typical PASS device; 5. Shall be small compact package, less than 20 cm x 20 cm x 6 cm in size and weigh less than 4 kilograms; 6. Shall operate on rechargeable battery pack, system shall include battery charging system; 7. Shall operate on 120 volt electrical service via external power supply/converter; 8. Instrument package shall include transmitter capable of communicating with base station via radio transmitter. Radio transmitter utilizing VHF bandwidth not acceptable since does not provide sufficient coverage in/around structures. UTX or Ultra High Band technology is acceptable and external antenna for instrument package shall be included. Sampling rate for data of not more than 5 second intervals (instrument package shall send data at least once every 5 seconds); 9. Base station shall include receiver capable of communicating with instrument package via radio receiver, radio receiver utilizing VHF bandwidth not acceptable since does not provide sufficient coverage in/around structures. UTX or Ultra High Band technology is acceptable and external antenna for base station shall be included. Sampling rate for data of not more than 5 second intervals (base station shall receive data at least once every 5 seconds); 10. Shall include a base station to communicate with PC type computer over RS-232 serial port; 11. Included with the fire fighter monitor instrumentation package and base station shall be software necessary to process and display data. Software program will access data from base station via serial port and convert voltages, currents, and digital signals to engineering units which can be displayed on PC type computer. Temperatures will be converted to degrees Fahrenheit/Centigrade. Heat flux will be converted to Watts/cm2. Air pressure will be converted to PSI, or units. Digital data from PASS device will be displayed in status field (PASS device in normal state or PASS device in alarm state). All data will be logged to a text file on computer hard drive. Software shall be compatible with Window 2000 operating system. All software programming shall be provided on compact disk. Stand-alone PC type computer system shall not be included in fire fighter monitor system. *** The Contractor shall state the warranty coverage provided for line item 0001. ***Delivery shall be FOB DESTINATION and shall be completed no later than 90 days after receipt of order. *** The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical and price considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - Balance of Payment Program-Supplies; ; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time on May 17, 2002. FAXED OFFERS WILL NOT BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00070890-W 20020505/020503213128 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.