Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
MODIFICATION

12 -- Fire Fighter Monitor Systems

Notice Date
6/6/2003
 
Notice Type
Modification
 
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
SB1341-03-Q-0495
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Lisa Sawyer, Contract Specialist, Phone 301-975-3840, Fax 301-975-2541,
 
E-Mail Address
lisa.sawyer@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 01-13. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 421490 with a small business size standard of 100 employees. All interested offerors may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for four (4) fire fighter monitor systems. The monitor systems shall be a portable instrumentation package that monitors the environment surrounding a fire fighter and 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 system shall also accept input from a thermal heat flux gauge and Personal Alert Safety System (PASS) device. The instrument package shall also be flexible enough to allow expansion for future instruments, such as gas analyzers and global positioning systems, be relatively small and battery powered in order to be worn by fire fighters, and shall be able to maintain communication, transmit temperatures, heat flux and PASS information to the base station. *** All interested parties are invited to submit a quote for the following line items: LINE ITEM 0001: Quantity four (4) each - Fire Fighting Monitoring Systems shall meet or exceed the following requirements and specifications: (a) 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; (b) accept input from heat flux gauge. Separate port shall be able to handle 0 to 100 mV; (c) Accept input from pressure transducer for monitoring pressure in self-contained breathing apparatus. Separate port shall be able to handle 0- 100mV; (d) accept digital input from Personal Alert Safety System (PASS) device. Separate port shall be able to handle signal from typical PASS device; (e) shall be a small compact package: less than 20 cm X 20 cm X 6 cm in size. Shall weigh less than 4 kilograms; (f) shall operate on rechargeable battery pack. System shall include a battery charging system; (g) shall operate on 120-volt electrical service via external power supply/converter; (h) instrument package shall include transmitter capable of communicating with base station via radio transmitter. Radio transmitter utilizing VHF bandwidth is not acceptable since it does not provide sufficient coverage in/around structures. UTX or Ultra High Band technology is acceptable. 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); (i) base station shall include receiver capable of communicating with instrument package via radio receiver. Radio receiver utilizing VHF bandwidth is not acceptable since it does not provide sufficient coverage in/around structures. UTX or Ultra High Band technology is acceptable. 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); (j) base station shall communicate with PC type computer over serial port; (k) Included with the fire fighter monitor instrumentation package and base station shall be software necessary to process and display data. Software program shall 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 shall be converted to degrees Fahrenheit/Centigrade. Heat flux shall be converted to Watts/cm2. Air pressure shall be converted to Bar, PSI, or Pascal units. Digital data from PASS device shall be displayed in status field (status normal or status in alarm). All data shall be logged to a text file on computer hard drive. Software shall be compatible with Windows 2000 operating system. Stand-alone PC type computer system is not included in the fire fighter monitor system. All software programming shall be provided on compact disk ***Questions & Answers Part 2 - RFQ#SB1341-03-Q-0495 - 1) Regarding the purchase in 2002, how many transmitters and base stations was the 2002 contract for? Answer: Purchase made in 2002 was for one transmitter/instrument package and one receiver/base station. 2) Is the current solicitation for 4 transmitters and 4 base stations? Or 4 transmitters and 1 base station? Answer: The fire fighter monitor systems shall consist of four (4) transmitting instrument packages and four (4) base stations. 3) Will a base station ever need to accommodate more than one transmitter at a time? Answer: Each base station shall accommodate a minimum of one transmitting instrument package. If a contractor wants to provide a base station that can accommodate more than one instrument package that is acceptable as long as the contractor provides four separate base stations, which means a single base station that can accommodate two instrument packages only counts as one base station.****** DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 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 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. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature which clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 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: (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-36, Affirmative Action for Workers with Disabilities; (4) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (5) 52.225-1 Buy American Act - Supplies (41 USC 10a-10d); (6) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (7) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (8) 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 interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies 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: Lisa Sawyer, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on June 13, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00341593-W 20030608/030606213228 (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.