Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

52 -- Satellite Dive Recorders

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
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
AB133F-05-RP-1164
 
Response Due
6/21/2005
 
Archive Date
8/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. AB133F-05-RP-1164. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2001-27. NOAA?S, National Marine Mammal Laboratory (NMML), Alaska Fisheries Science Center (AFSC)) has a requirement for Satellite Dive Recorders (SDRs). NMML conducts research on northern fur seals, a species listed as depleted under the Marine Mammal Protection Act (MMPA). The abundance of northern fur seals (callorhinus ursinus) on the Pribilof Islands in 2004 was estimated as being less than one-third the numbers born during the 1950?s prior to the beginning of the current population decline. Because of the survival and health of northern fur seals is likely related to the quality of the habitat they occupy and use for foraging, reduced foraging success has been suggested as reason for the decline of northern fur seals. The instruments will be used to record individual seal behavior and transmit the data through the Argos satellite system (www.argosinc.com). Delivery Schedule: Quantity of 30 SDRs delivery required by September 15, 2005 and Quantity of 10 SDRs delivery required by October 15, 2005. The instruments must meet the following specifications: (1) The SDRs will be attached to northern fur seal pups and must be small to minimize the effects of the instruments on the animals. Therefore, they must weigh less than 110 grams in air, and measure less than 85 mm (L) x 55 mm (W) x 25 mm (H). (2) SDRs must have the capability of providing 60,000 transmissions at 0.5W radiated power. (3) To extend and control deployment length, the SDR must: (a) Include a wet/dry sensor that limits transmissions to when the tag is clear of the water; (b) Allow user programmable duty-cycling by day or month; (c) Allow user programmable limit of the total number of transmissions per day; (d) Allow user programmable limit of transmissions to hours when the satellite is likely to be in view; (e) Recognize whether the animal is at-sea or hauled-out, and transmit at the appropriate rates. Argos permits a maximum of one transmission every 45 seconds when the animal is at-sea, and one transmission every 90 seconds when the animal is hauled out; (f) Allow suspension of transmissions after the animal has hauled out for a user-defined number of hours. (4) The SDR must allow programmable collection of data on depth (1 m resolution), temperature, light levels, and wet/dry periods, and summarize them into compressed histograms for transmission through the Argos system. The numbers of bins (up to 14 per histogram), the bin cut-points, the period of coverage (1-24 hours), and the starting time of each histogram must be user programmable. (5) The SDR must provide, at a minimum, the following types of data messages, selectable by the user: (a) Dive duration histograms: Number of dives within the specified dive duration ranges; (b) Maximum dive depth histograms: Number of dives whose maximum depth is within the specified depth ranges; (c) Time-at-depth histograms: Time spent within the specified depth ranges; (d) Time-at-temperature histograms: Time spent within the specified temperature range; (e) Percentage timelines: What percentage of the hour the tag was above a user-specified threshold depth, or dry; (f) 20-minute timelines: Each 24 hour period is divided into 20-minute increments. Each increment is marked with whether it was generally deeper than a configurable depth, or was dry; (g) Each timeline must be stored and transmitted for at least 4 days to ensure complete records are received through the Argos system. Because the behavior of diving animals limits access to the Argos satellite system, the SDR must provide the option of condensing multiple data messages into a single transmission to increase data throughput. Transmissions must include status messages at user-programmable intervals for battery voltage, the number of transmissions sent, the current zero-pressure offset value, the current time according to the internal clock, seawater conductivity, and maximum depth reading over the last 24 hours. (6) The SDR must be potted in resin (preferably clear) to withstand pressure at depths up to 1000 m of water. The potting must be cast in as hydrodynamic a form as possible, given the limitations imposed by the internal components, and be abraded on the bottom surface for adhesion to quick-setting epoxy, used to attach the SDR to a seal?s pelage. (7) All user programming and control of the SDR must be provided through included software that runs under the Microsoft Windows XP operating system. At least two sets of cables and other hardware required for programming/controlling the SDRs must be provided. Windows-based software must be provided for user decoding of the Argos data into an easy-to-read format. All SDRs are to be Shipped F.O.B Destination to: National Marine Mammal Laboratory (NMML), Alaska Fisheries Science Center (AFSC), 7600 Sand Point Way NE, Seattle, WA 98115-6349 by the required delivery date. The proposals shall be prepared in accordance with FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-2 Evaluation Criteria--Commercial Items: All offers who have manufactured and sold items similar to those listed above and meet the minimum characteristics listed above will have their proposal evaluated. Award will be made to the offeror who meets the following criteria (1) Technical capability of the item offered to meet specifications, (2) Experience and qualifications of contractor, (3) Ability to meet the scheduled delivery dates, (4) Past Performance and (5) Price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain offeror's best terms from a price and technical standpoint. The offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.225-2; FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, apply 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 52.204-7; 52.211-8 (Alt1 ); 52.211-17; 52.215-21; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9 (Alt. 1); 52.225-3; 52.232.34; 52.229-5; 52.247-34. This is a firm fixed price contract. The proposals must be received no later than 2:00 P.M., Pacific Time, June 21, 2005 at NOAA, WASC, AMD, Bldg. #1, Seattle, WA 98115. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. CENTRAL CONTRACTOR REGISTRATION (CCR) - In accordance with Section I, FAR clause 52.204-7, Central Contractor Registration, all vendors wishing to do business with any Federal Government Agency must be registered in CCR after October 1, 2003. The CCR system is intended to be a highly secure, single repository of current and accurate vendor data. Vendor registration is required in the CCR to be eligible for award of any contract. Annual renewal is required to remain active. There is no cost to register in CCR. CCR registration data will be used to streamline contract payments and to assist Federal Agencies in complying with the mandate that all Federal payments are to be made by EFT (Debt Collection Improvement Act of 1996). Registration can be completed via the World Wide Web at http://www.ccr.gov. There is a CCR Handbook available to provide detailed information on data you will need prior to beginning the on-line registration, as well as steps to walk you through the registration process. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, you may obtain one by calling Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Interested parties should use the FedBizOpps to REGISTER TO RECEIVE NOTIFICATION and REGISTER AS AN INTERESTED VENDOR feature which provides notification when updates become available. 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 in writing to Carla.A.Echols@noaa.gov. This is a Total Small Business Set-Aside and is under the North American Industry Classification System Code 334112, Business Size Standard 1000 employees. All responsible, responsive sources may submit an offer which will be considered by the Agency. See Numbered Note 1.**** Note: CBD Notice will automatically be linked to the AMD Web page unless otherwise requested
 
Place of Performance
Address: Seattle, WA
 
Record
SN00816093-W 20050528/050526211731 (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.