Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

99 -- WATER QUALITY PROBES FOR TESTING

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - National Park Service Contracting & Property Mgt. 100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
Q2114050020
 
Archive Date
7/18/2006
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q2114050014 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price Order for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 334513; the size standard is less than 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. SCOPE of WORK: The work of this project shall consist of providing water quality probes. Data from all equipment must be usable with the same PC Windows compatible software with GUI interface, and the software must have the capability for graphic data presentation. Oceanographic grade, threaded, stainless steel cable connections are required for all units. In order to accomplish the research goals, these devices must meet the following minimum specifications. Multi-parameter water quality logger. Multi-parameter water quality logger. Order - 11 units Unit must be compatible with instruments (YSI 6600 EDS) in Southeast Coast Network Park Units and the National Estuarine Research Reserves. Unit must also be compatible with the YSI 650-04 waterproof field data logger and display which are currently in Southeast Coast Network Park Units. Unit must be capable of measuring and storing data for temperature, conductance/salinity, pH, dissolved oxygen, depth, and turbidity. The instrument must have the capability of storing a minimum of 150,000 individual readings. Probes must be field replaceable without opening the sonde or exposing the internal electronics to the environment. A flat glass sensor face is required for the pH sensor. The pH sensor must use a gel electrolyte that does not have to be replaced during the use-time of the sensor. The Dissolved Oxygen sensor must not rely on an attached physical stirrer for accurate measurements. Unit must be deployable in an unattended, automatic mode and have the capability of interface with a field unit for intra-deployment monitoring. The unit must have an anti-fouling mechanism for long-term deployment (30 days or more) in a high fouling marine environment. Battery life and memory storage must be sufficient for long-term deployment, and loss of battery power must not affect memory. Batteries must be removable without opening the sonde. The unit must be capable of discrete profiling via interface with hand-held field unit. The unit must be warranted for two years and the probes for oneyear. MISC. Each unit must be equipped with an 8 foot Underwater Detachable Field Cable. QUANITITIES REQUIRED 1. MULTI-PARAMETER WATER QUALITY DATA LOGGER Extended Deployment System Multi-Parameter Water Quality Logger with Conductivity, Temperature, Depth, Special Wiper Mechanism for DO Sensor, Stainless Steel Waterproof Bulkhead Connector to Accomodate Wiped DO, 384KB Memory with RS-232 and SDI -12 Communications Interfaces Plus ECO-Watch for Windows Software. Also includes 6570 Maintenance Key, Calibration Cup, and Operation Manual, and 8 'C' cell batteries. QTY- 11 each 2. YSI Probe Kit, Flat Glass pH Probe Kit, P/N 6561FG- QTY- 11 each 3. YSI DO Rabid Pulse Clark Cell Probe, P/N 6562- QTY- 11 each 4. YSI Turbidity Probe with automated wiper, P/N 6136- QTY- 11 each 5. YSI 8 foot Underwater Detachable Field Cable, P/N 6090- QTY- 11 each F.O.B. Point: Destination- National Park Service, Southeast Regional Office Attention: Jo DeVivo 100 Alabama Street, SW Atlanta, GA 30303 Inspection and acceptance will be at destination. Equipment must be technically acceptable for the governments needs in order to be considered. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.2211-06 Brand Name or Equal FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items FAR 52.212-04, Contract Terms and Conditions-- Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-11 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration FAR Clause 52.212-2, "Evaluation Commercial Items" applies to this solicitation and the following criteria evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: (2) Technical capability to meet the Government Requirement, (1) Past Performance, and (3) Price. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. For this solicitation, vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of order, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. This form may be requested from the Contracting Officer by FAX or email. NO TELEPHONE REQUESTS FOR FORMS, INFORMATION, OR SOLICITATIONS WILL BE ACCEPTED. The Offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Proposals are due NLT 3:00pm EST July 25, 2005 and can be sent via fax (404) 562-3256 or Mail or Federal Express, to Georgi Wellington, Contracting Officer, National Park Service, 100 Alabama Street S.W., Building 1924, Atlanta, Georgia 30303. E-Mail: Georgi_Wellington@ NPS.GOV.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1873477)
 
Place of Performance
Address: NATIONAL PARK SERVICE, SOUTHEAST REGIONAL OFFICE, ATLANTA, GA.
Zip Code: 30303
Country: USA
 
Record
SN00849427-W 20050720/050718212210 (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.