Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

52 -- Satellite Tracking Instruments (PTT?s)

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-1190
 
Response Due
7/6/2005
 
Archive Date
11/6/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation AB133F-05-RP-1190 is being issued as a Request for Proposals. This solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 2005-04. This procurement action will be competed utilizing full and open competition. The associated North American Industrial Classification System code is 334220. 1.0 INTRODUCTION ? The National Marine Mammal Laboratory (NMML), Alaska Fisheries Science Center, National Marine Fisheries Service, 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 has declined in recent decades; the total number of pups born on the Pribilof Islands in 2004 was estimated as being less than one third the number of born during the 1950?s prior to the beginning of the current population decline. Because 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 a reason for the decline of northern fur seals. Since the mid-1990?s, the NMML has used satellite transmitters to track the locations of fur seals foraging hundreds of kilometers from the breeding islands during the summer months in the Bering Sea. However, fur seals spend approximately three quarters of the year away from the breeding islands, and little is known about the habitat used during the winter migration by adult females and, particularly, by their recently weaned pups. This data is mandatory for establishing critical foraging habitat of northern fur seals and to examine the effects of management actions and environmental change on foraging ecology. The following statement of work is for satellite transmitters (PTTs) for tracking adult females during the summer; and adult females, juveniles, and pups during the winter migration. 2.0 SPECIFIC REQUIREMENTS AND SPECIFICATIONS - The PTTs will be attached to northern fur seal pups and females, so they must be small to minimize the effects of the instruments on the animals. Therefore, the following dimensions (or preferably smaller) are required: 2.1.A - Type ?A? PTTs must weigh less than 70 grams in air, and measure less than 65 mm (L) x 50 mm (W) x 25 mm (H); 2.1.B - Type ?B? PTTs must weigh less than 145 grams in air, and measure less than 90 mm (L) x 65 mm (W) x 20 mm (H). 2.2.A - PTTs must have the capability of transmitting at 0.5W radiated power. Due to different deployment durations, battery configurations must allow for the following: 2.2.B - Type ?A? PTTs must provide 110,000+ transmissions at a repetition rate of approximately 45 seconds. 2.2.C - Type ?B? PTTs must provide 75,000+ transmissions at a repetition rate of approximately 40 seconds. 2.3 - Antennas must exit all PTTs at a 45 degree angle. 2.4 - All PTTs must contain a temperature sensor. 2.5 - To extend and control deployment length, all PTTs must: 2.5.1 - Include a wet/dry sensor on top of the tag that limits transmissions to when the tag is clear of the water; 2.5.2 - Allow duty-cycling to user-defined blocks of time (so that transmissions can be limited to alternating days and/or to hours when the satellite is likely to be in view; NMFS personnel will provide duty cycling schedule to the contractor); 2.5.3 - Allow suspension of transmissions after the animal has hauled out for longer than 4 hours. 2.6 - All PTTs must be potted in resin (preferably yellow) to withstand pressure at depths up to 500 m of water. The potting must be cast in as hydrodynamic a form as possible, given the limitations imposed by the internal components. 3.0 PROPOSAL INSTRUCTIONS TO OFFERORS - 3.1 - It is the offeror's responsibility to provide information, evidence or exhibits that clearly demonstrate ability to provide the items listed in Section 2.0, SPECIFIC REQUIREMENTS AND SPECIFICATIONS in a concise, logical manner, and should not contain material which is not directly related to this acquisition. Proposals must address all evaluation criteria identified in Section 4.0, Selection Evaluation Criteria, Subsection 4.2, Factors. 3.2 - Offeror shall provide a minimum of four user references to whom the specified PTT instruments have been sold within the last five years. If sales of the instruments named in the specifications have been made to the U.S. Government within the last three years, these references must be submitted. For each reference provide full company or organization name, contact name and telephone number, and best available Email address. It is required that the offeror provide references 1) that address the type of satellite transmitters specifically called out in the specifications. 3.3 ? Specific questions regarding this solicitation shall be emailed to Paul.J.Reed@noaa.gov. 4.0 SELECTION EVALUATION CRITERIA - 4.1 - The Government will make award to the responsible offeror whose offer is deemed best value and conforms to the statement of work, is most advantageous to the Government, total price and all other factors listed below considered. Your initial proposal should represent your best approach and pricing. The Government anticipates award based on initial offers. For this statement of work, the technical factors are considered equal in importance to price. As proposals become more equal in their merit, the total price becomes more important. Price proposals that are considered too low or too high may not be considered for award. 4.2 Factors - Evaluation of technical proposals will be based on the following factors. Factors A and B are considered to be of equal importance. Factor B is more important than Factor C. Factor A: Conformance to specifications ? The specifications listed in Section 2.0 of this solicitation are considered to be minimum requirements. Offerors will be given a more positive evaluation on an increasing scale if all specification requirements are met (acceptable) and some (good) or all (excellent) of the specifications are exceeded. Factor B: Past Performance ? Offerors? past performance will be evaluated based on references provided and contacted by NOAA for performance of the items offered by the offeror, timeliness of delivery, customer service, and administrative compliance Factor C: Experience and qualifications of the contractor. More weight will be given for extensive experience manufacturing the PTT?s called out in the specifications. Emphasis on PTT?s made for at-depth marine mammal applications. Pricing: Prices will be evaluated based on the cumulative total of all equipment listed in Section 6.0, Price Schedule. 5.0 DELIVERY SCHEDULE ? 5.1 - 50 new type ?A? PTTs to be delivered on or before 21 September, 2005. 5.2 - 50 new type ?A? PTTs must be delivered on or before 21 October, 2005. 5.3 - 10 new type ?B? PTTs must be delivered on or before 15 June, 2006. 6.0 PRICE SCHEDULE - Offerors must offer on all items listed in this section in order to be considered for award. Offerors must provide unit and total prices for the following: 6.1 - 40 new type ?A? PTTs to be delivered on or before 21 September, 2005. 6.2 - 60 new type ?A? PTTs must be delivered on or before 21 October, 2005. 6.3 - 10 new type ?B? PTTs must be delivered on or before 15 June, 2006. FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3. Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Paul Reed. Proposals shall be submitted via email to Paul.J.Reed@noaa.gov before the closing date and time. Hard copies must be mailed no later than the date of closing. Faxed proposals will not be accepted. For further information please contact Paul Reed at (206) 526-6034 or Paul.J.Reed@NOAA.gov. All questions should be addressed to Mr. Reed and emailed to the stated address. Deadline for receipt of offers is 2:00 PM July 6, 2005. Late or incomplete proposals will not be considered. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00829300-W 20050616/050614211856 (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.