Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2002 FBO #0222
MODIFICATION

66 -- ARGOS DRIFTING BUOYS

Notice Date
7/10/2002
 
Notice Type
Modification
 
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
AB133R-02-RP-0099
 
Response Due
7/18/2002
 
Archive Date
10/18/2002
 
Point of Contact
Carla Echols, Contract Specialist, Phone (206)526-6370, Fax (206)526-6025,
 
E-Mail Address
Carla.A.Echols@noaa.gov
 
Description
****Correction to Solicitation No. AB133R-02-RP-0099. Please note in the first paragraph that the solicitation number should read "AB133R-02-RP-0099" vice "AB133R-02-RP-0098." For further information, please contact Carla Echols (206) 526-6370.**** This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation Notice is No. AB133R-02-RP-0098. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. NOAA, Pacific Marine Environmental Laboratory (PMEL) requires the following acquisition Line Items to study the Stellar Sea Lion population decline in the Bering Sea: 1) ARGOS Drifting Buoys - 100 units. Specifications: 1. The platform transmitter terminal (PTT) must be certified by Service ARGOS to -40 degrees Centigrade and give positions accurate to 500 meters a minimum of 10 times in a 24 hour period when deployed at a latitude greater than 50 degrees. Any serial data interface necessary for transferring external data to the PTT is considered part of the unit. 2. The buoy power supply must meet the following requirements: a. All delivered buoys will require a six months operational life during the following two year period. b. These units will be deployed in the Bering Sea and Gulf of Alaska with sea temperatures of <0 degrees C. 3. Latitude and longitude, battery voltage are the expected buffer contents returned through ARGOS. The transmission must include the ARGOS format and 32 bits of data 4-8 bit blocks. Unused bits should be zero-filled. Voltage must be sampled at least hourly. 4. ARGOS platform numbers, hex codes and repetition rates will be provided to the contractor at least 15 days before the delivery dat on the contract. 5. The housing must be waterproof for rain or snow. The connections for the antenna must be watertight. Ship deployment must be possible. It must be able to be deployed as a packaged unit as delivered by the contractor. Each unit must be fully assembled with external switch to start. 6. The drogue will be a Holey Sock design that allows a minimum of 40:1 drag ratio. All drogues will be centered at 40 meters below surface. 7. Each buoy through its ARGOS code will be able to indicate if the drogue is attached or lost during deployment. This system shall not be intrusive of the buoy housing. 8. The contractor must have a history of reliable high latitude operation for their Drifting Buoys, as previously demonstrated during the FOCI program. a. Drifters transmit properly before deployment - 100%. b. Drifters transmit properly after one month deployment - 90% (an average of ten transmissions per day received that will give ARGOS specified locations and drogues are still attached) c. Drifters transmit properly until three months deployment - 75% (an average of ten transmissions per day received that will give ARGOS specified locations and drogues are still attached). d. Drifters transmit properly to six months deployment - 60% (an average of ten transmissions per day received that will give ARGOS specified locations and drogues are still attached.) Drifters that have run aground or picked up by vessels would not be included in these percentages. Far 52.212-2 Evaluation ? Commercial Item.Evaluation/Selection: Offerors shall provide a technical description of the line item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature or other documents. The combination Technical capability and past performance is considered to be significantly more important than price. Technical criteria for evaluation includes the following factors with 1 and 2 being equal and 3 and 4 being equal in order of importance: 1) Demonstrated ability to meet all Drifting Buoys specifications. Concept drawings of buoy showing major components and their configurations. Specification sheets for sensors. Terms or expressed warranties. 2) Record of proven acceptable past performance. Contractor must provide evidence of recent successful design and fabrication of buoys similar to those to be deployed in the oceanographic setting with like conditions found in the Bering Sea and Gulf of Alaska. 3) Quality Assurance Test plan. 4) Timely delivery of Buoys with 35 days that fully comply with the specifications. The proposal shall be prepared in accordance with FAR 52.212-1, Instructions to Offers - Commercial Items, and the offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212.4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items is applicable. Include the additional clauses 52.203-6; 52.216-1 - Firm Fixed Price Contract; 52.217-6 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9 (Alt. 1); 52.232.34; 52.214-33 - Submission of Offers in the English Language; 52.214-34 - Submission of Offers in US Currency; CAR 1352.201-70; CAR 1352.201-71. See Notes: #1, #23. NAICS 541710 - 500. Delivery Schedule:.September 15, 2002 to NOAA, WASC, PMEL, 7600 Sand Point Way NE, Seattle, WA 98115. Period of service: The contract shall commence with the date the contract is executed by the Government Contracting Officer and end September 30, 2002. Contract may be awarded without discussions. Proposal from offerors must be received no later than 2:00 PM, Local Time, July 18, 2002. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. For further information, please contact Carla Echols (206) 526-6370.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/WASC/AB133R-02-RP-0099/listing.html)
 
Record
SN00113970-F 20020712/020710215225 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.