Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

66 -- WATER LEVEL TRANSDUCERS

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BUREAU OF RECLAMATION SNAKE RIVER AREA OFFICE WEST 230 COLLINS RD, BLDG 1A BOISE ID 83702
 
ZIP Code
83702
 
Solicitation Number
04SQ110002
 
Response Due
3/12/2004
 
Archive Date
3/3/2005
 
Point of Contact
MARIE DAY PURCHASING AGENT 2083832228 MDAY@PN.USBR.GOV;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a combined Synopsis Solicitation prepared in accordance with the format FAR 12.6 for proximity probes for the Bureau of Reclamation Snake River Area at Diversion Dam.. This RFQ No. 04SQ110002 incorporates provisions and clauses in effect through FAC 2001-18. PROPOSALS SHALL INCLUDE THE COMPLETED FAR CLAUSE 52.212-03 Offeror Representations and Certifications-Commercial Items). All responses are due by COB 3/12/04. The Government anticipates award of a firm fixed price contract resulting from this solicitation on or about March 15, 2004 that is most advantageous to the Government. Delivery of this equipment will be to the following location on or before April 26, 2004: Bureau of Reclamation, Black Canyon Dam, 3999 E. Black Canyon Highway, Emmett, Id 83617. This is a total small business set aside, the NAICS code is 334513 (Liquid level Instruments Industrial Process Type Mfg) and the size standard is 500 employees. FPDS Code is 6680 - Liquid/gas motion measuring equipment. E-mail responses to this solicitation can be submitted to the following address to the attention of Marie Day at MDAY@PN.USBR.GOV or faxed to 208-383-2237 or mailed to Bureau of Reclamation, 230 Collins Road, Boise, ID 83702. VENDORS ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. Technical questions regarding this solicitation can be directed to Bruce McCarthy at 208-365-2600 Ex 15. To take advantage of business opportunities with BOR and DOI vendors must register their firm on the Central Contractor Registration System (CCR) @ http://www.ccr.gov. MONITORING EQUIPMENT The monitoring device shall have the capability to be installed on the front of a control board panel. The monitoring device display shall be readable in low light conditions from a distance of 5 feet away without pushing any buttons. The monitoring device shall display water elevations for two level transducers simultaneously or with a push of one button to alternate between transducers. The monitoring device shall have BCD outputs with a minimum of 4 digits and a resolution of .01. Wetting voltage for the BCD circuits will be externally supplied 24 VDC. The BCD output shall be continuously updated as each level transducer changes. As an additional option, if available, the monitoring device shall also output an SDI12 signal for each level transducer. This output shall also be continuously updated as each level transducer changes. Each water level sensor shall compatible with the monitoring device. Data lines shall be surge protected. Water level transducers shall operate in temperatures ranging from -20? F to 120? F. Water level transducers shall be of the float or laser type. Pressure transducers are not acceptable. One water level transducer shall be able to measure 20 feet with accuracy of +/- .01% and a resolution of .01 feet. One water level transducer shall be able to measure 40 feet with accuracy of +/- .01 % and a resolution of .01 feet. Water level transducers shall be capable of sending the data signal up to 1500 feet to the monitoring device. If any programming is required, it shall be accomplished from the front panel or a laptop computer. All equipment shall be powered by 125 VDC. Vendors may access the referenced FAR CLAUSES - WWW.ARNET.GOV/FAR. Following are the applicable provisions and contract clauses incorporated by reference. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following clauses: FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veteran; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.204-6 Data Universal Numbering System (DUNS) Number ; paragraph (c) FAR 52.222-41 and FAR 52.204-07 Central Contractor Registration.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142511&P_OBJ_ID1=11102)
 
Place of Performance
Address: DIVERSION DAM, BOISE IDAHO
Zip Code: 83702
Country: USA
 
Record
SN00536787-W 20040306/040304223151 (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.