Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
SOLICITATION NOTICE

59 -- Pop-Up Satellite Archival Transmitting Tags

Notice Date
6/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
52ABNF200090
 
Response Due
7/24/2002
 
Archive Date
8/8/2002
 
Point of Contact
Janice Sullivan, Contract Specialist, Phone (206) 526-6032 , Fax (206) 526-6025,
 
E-Mail Address
janice.m.sullivan@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is 52ABNC200090 and is issued as a Request for Proposals (RFP). This procurement will be conducted using simplified acquisition procedures under FAR Part 15. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-17. Any resulting contract from this solicitation will be a firm-fixed price, delivery date is required on or before September 30, 2002; FOB Honolulu, HI. The North American Industry Classification (NAIC) code is 513340. The National Marine Fisheries Services (NMFS) has a requirement for 38 pop-up satellite archival transmitting tags (PSATS) with the following specifications: 1) PSAT tags must be capable of collecting up to 500 days worth of data on ambient temperature, light levels, ambient pressure (i.e., depth), and battery voltage; then download the stored processed, and/or summarized data to the ARGOS system of satellites after jettisoning on a specified date, or at a specified date, or at a specified number of days after deployment. 2) the tag and/or attending software must be able to provide daily times of sunrise and sunset and/or coordinates of longitude and latitude during the period of deployment. Accuracy should be within 2 degrees of latitude and longitude. 3) Software must be supplied by the manufacturer for downloading, collating and parsing of tag derived data or derived and collated data is to be supplied by the manufacturer. 4) Downloaded pressure (depth) and temperature data from ARGOS must be ultimately provided as individual raw values collected at a rate of acquisition to the user (at the very least, on an hourly basis). (Data must not be provided as collated summaries over a given time period. 5) The tag and/or attending on-board software must also be capable of measuring, recording and downloading the "attitude" of the tag (animal). These data are needed to determine whether the tag actually stayed on the animal (i.e., horizontal) until it jettisoned at the programmed date, or whether the animal perished after tagging and the tag was free-floated (i.e., vertical). 6) The tags must be re-programmable after manufacture, such that the onboard software and date the tag is programmed to jettison can be updated. These programming tasks should be doable by end users, or by the manufacturer at minimal or no cost. 7) Due to adverse and unpredictable conditions, tags must be activated by a simple method (e.g. removal of battery to activate PSAT) whilst in the filed that does not necessitate a computer interface. 8) In order to conserve battery life but also to aid in data throughput, the PSAT should only transmit data when there is a ARGOS satellite footprint encompassing the location of the tag. 9) A fail-safe device that prevents data loss if the animal sinks and the attached tag implodes. This device would sever the connection before tag implosion, thereby sending the tag transmitter to float to the surface to download data. The following clauses and provisions are applicable to this acquisition and are incorporated by reference as follows: FAR Provision 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision; Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer; FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following FAR clauses and provisions are applicable to this acquisition and are added: 52.203-6, 52.217-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-14, 52.232-34, Addendum: 52.214-33, Submission of Offers in the English Language; and 52.214-34, Submission of Offers in US Currency. Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.Arnet.gov/far. Evaluation/Selection: Technical quality are considered to be more importance than price. Technical criteria for evaluation includes the following factors with Factor 1 being more important than Factors 2 & 3 which are of equal importance: 1) Demonstrated ability to meet all nine PSAT tag specifications; 2) Timely delivery of pop-up satellite archival transmitting tags (PSATS) that fully comply with the specifications (Offerors that can deliver the tags in 60 days or less will be given a higher weight in this factor.); and 3) Record of proven acceptable past performance. For your convenience, the following forms and information are available and will be provided upon request and will be incorporated into the solicitation/contract: Standard Form (SF)1449, Price Schedule, Offerors Representations and Certifications. RFP submissions must be in writing and are due in the designated contracting office by 2:00 pm, local time, July 24, 2002, at the address noted below. Submissions to include: (1) SF-1449 completed including the Contractor's name, address, telephone number, fax number, DUNS number and signature of a representative of the company who has authority to bind the company signed; (2) completed price schedule; (3) a signed copy of the Representations and Certifications (FAR 52.212-3); and (4) complete responses to the technical criteria listed above. Addressing shall be: (a) If mailing through the U.S. Postal Service use the following address: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way NE, Seattle, Washington 98115-6349; and (b) If hand delivery, or using a courier service, use the following: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way, NE, Building 1, Location 22, Seattle, Washington 98115-6349. Submission of faxed responses is not allowed under this solicitation and will not be accepted. This is a 100 percent small business set-aside. All responsible sources may submit a bid which will be considered by the Agency.
 
Record
SN00095179-W 20020620/020618213611 (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.