Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
MODIFICATION

66 -- WIRELESS TEMPERATURE MONITORING SYSTEM

Notice Date
8/11/2004
 
Notice Type
Modification
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS3AB004
 
Response Due
8/17/2004
 
Archive Date
9/1/2004
 
Point of Contact
Lorna Craig, Contracting Officer, Phone 301-504-4278, Fax 301-504-4276,
 
E-Mail Address
lorna.craig@fsis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation, Request for Proposal RFP FSIS-3A-B0-04 , for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6 as supplemented without additional information in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 19. This is 100 percent small business set-aside. The NAICS code is 334513, the size standard is 500 employees. The USDA Food Safety Inspection Service Western Laboratory has the need 1(one) each of a wireless, computerized, temperature monitoring, recording, logging and alert system. When the temperature variance exceeds acceptable limits the system shall immediately trigger an email and text message alert to a cell phone with a detailed description of the reason for the alert and record and archive all corrective actions. SPECIFICATIONS are as follows. Wireless Technology shall include an unlicensed operating frequency of 902-928 MHz range that does not interfere with other wireless devices, communication shall utilize frequency hopping spread spectrum wireless technology and shall use a proprietary protocol in which redundant data packets broadcast over four frequencies for reliable data transmission. Transmitters (Sensors) operate within an environment of minus 13F to plus 120F detectable range, open field range of 2,000 ft, default transmission interval every 15 minutes, various external sensor types available for liquid, air, penetration, and ultra low temperatures, etc. Battery type for the sensors is 3.0V Lithium with a battery life of approximately 4 years at room temperature. Dimensions are approximately 3.5x1.7x92?. Repeaters operate in an environment of -20F to + 120F with an open field range of 4 miles with external transformer supplies and back up batteries for 14 VAC, 70mA provided. Receivers operate in an environment of 32F to 120F, powered with 11-14 VDC (external transformers supplied), output signal 9600 Baud serial data, output connection DB9 connector, and dimensions of approximately 6.8 x 3.8 x 1.2?. The system shall including the following. Air Sensors: 25 for Incubators, 25 for Refrigerators, 4 for Rooms. Vinyl Tip Wire Probe:15 for Freezers, 15 for Waterbaths. Low Temperature Sensor: 5 for Deep Freezers. High Temperature Sensor: 3 for Ovens. The system requires 4 repeaters, 1 receiver, 1 software package; and installation, setup & training. Offers must include descriptive literature, price, time required for delivery, and support plan information and 52.212-3 Offeror Representation and Certification filled out. DELIVERY INSTRUCTIONS: Product shall be shipped to USDA/FSIS, Western Laboratory, 620 Central Avenue, Building 1, Alameda, CA 94501. PROPOSAL INSTRUCTIONS: The provisions of 52.212-1, Instruction of Offerors-Commercial; 52.212-2 Evaluation-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items apply to the RFQ. Evaluation Criteria to be used in FAR 52.212-2 Evaluation-Commercial items are (1) Product specifications/technical capability. (2) Price. Price and Technical capability shall be of equal value in the evaluation. (3) Past performance. Offerors should provide the following for evaluation: descriptive/ technical literature, quantity, price (shipping shall be by F.O.B. Destination with shipping costs included in the price), delivery time, references and phone numbers, and 52-212-3 Offeror Representations and Certification filled out. In compliance with Clause 52.222-35 vendors shall submit a VETS-100 Report. Vendors must be registered in the Central Contractors Registration (CCR) in order to be awarded a contract. The template for information necessary for registration can be found on the CCR website. Proposal are extended to be received by 4:30 PM on August 19, 2004. Quotes can be FAXed to 301-504-4276, emailed or mailed.
 
Place of Performance
Address: USDA/FOOD SAFETY INSPECTION SERVICE, WESTERN LABORATORY, 620 CENTRAL AVENUE, BUILDING 1, ALAMEDA, CA
Zip Code: 94501
Country: USA
 
Record
SN00641212-W 20040813/040811211658 (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.