SOLICITATION NOTICE
66 -- Deployment-Ready Profiling Floats
- Notice Date
- 5/5/2003
- 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
- AB133R-03-RP-0072
- Archive Date
- 10/1/2003
- Point of Contact
- Judi Jzyk, Contract Specialist, Phone (206) 526-6039, Fax (206) 526-6025, - Crystina Elkins, Procurement Clerk, Phone (206) 526-4499, Fax (206) 526-6025,
- E-Mail Address
-
judi.m.jzyk@noaa.gov, crystina.r.elkins@noaa.gov
- Description
- The Government intends to acquire a commercially available product using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. NOAA's Pacific Marine Environmental Laboratory (PMEL) is a partner in implementing the U.S. portion of the Argo program. This program is an international effort to measure the temperature and salinity fields in upper 2 km of the global ocean by instrumenting it with an array of 3000 profiling CTD floats. Floats must be ship deployment-ready profiling floats equipped with CTDs and Service Argos telemetry/position fix capability. The floats must be capable of a sufficient gross fractional volume change (1%) to allow cycling between the surface and 2000-dbar pressure over nearly all of the global (ice free) ocean; to park for predetermined 5-15 day periods at a different predetermined subsurface pressure than their profiling pressure (park and profile capability). Floats must be capable of sampling temperature, salinity, and pressure at a minimum of 70 predetermined pressures during their ascent, then transmitting those data to shore via Service Argos. Floats must have sufficient energy to perform these and other functions for a minimum of 4 years with a duty cycle of 10 days. All floats are required to provide a minimum of 10 profiles at a specified pressure. Offerors will be required to provide information that shows the past performance of any offered float, to include the number produced, deployment performance record, and stability and reliability status in multi-year missions. A firm-fixed price contract is anticipated. The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) consisting of a base year and options for two additional years. Performance of the floats will be the key to exercising option year(s). Delivery orders will be issued on an as-needed basis with minimum and maximum ordering levels established. A Request for Proposals (RFP) solicitation will be available on or about May 20, 2003, through the Government's website at http://www.fedbizopps.gov/. No paper copies of the solicitation will be issued. No telephone, facsimile, or written requests will be accepted. It is incumbent upon interested parties to register at the solicitation's site for notification and to review the site frequently for any updates/amendments to any and all documents. Technical questions regarding this solicitation should be addressed to judi.m.jzyk@noaa.gov. This procurement is unrestricted. The NAICS Code is 332313. All responsible, responsive sources may submit an offer which will be considered by the Agency.*****
- Record
- SN00317736-W 20030507/030505213244 (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 |