Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

66 -- 66 - Oceanographic Scientific Equiment - 2 pC02Systems

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NRMAD000-5-05792SLW
 
Response Due
8/22/2005
 
Archive Date
8/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Atmospheric Oceanic Meteorological Laboratory (AOML), in Miami, FL, to purchase two (2) Underway pC02 systems to measure partial pressure of C02 (pC02) in surface waters. This constitutes the only Request For Quotation (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No. NRMAD000-5-05792SLW. This is a small business set-aside. The NAICS code for this action is 334516. SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, shall be: 52.252-2 Clauses Incorporated by Reference (Feb 1998), 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 5,14, 15, 16, 17, 18, 19, 20, 23, 26, and 31). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.246-70 Inspection and Acceptance. The Contracting Officer or the duly authorized representative will perform inspection and acceptance of supplies and services to be provided under this contract at AOML, 4301 Rickenbacker Causeway, Miami, Fl, 33149, 52.211-8 Time of Delivery (Jun 1997). The Government desired delivery to be made no later than 30 days after date of contract award and required no later than 60 days after contract award.. If the offeror is unable to meet the desired delivery schedule, it may, propose a delivery schedule. Offers are due by COB August, 22, 2005 and can be faxed to 816-42-6-7530, Attn: Sharon Walker Line Item Description Qty Unit Price Amount 0001 Underway pC02 Systems 2 EA $_________ $_________ with computers TOTAL: $_________ SECTION C ? STATEMENT OF WORK The government is procuring two (2) Underway pC02 systems Technical Specifications: 1. INTRODUCTION As part of a multi-year effort to quantify the flux of carbon dioxide between the ocean and atmosphere under NOAA's climate forcing portfolio, systems to measure partial pressure of CO2 are being placed on volunteer observing ships and research ships. To date, the systems have been built in-house or under contract by an individual. Because of the increased scope of the effort, we seek a commercial vendor to build the units to the exact and exacting specifications listed below. To assure conformity these criteria are based on the three current systems operated by the AOML/CO2 group and a dozen additional systems operated by national and international partners. Specifications: The system to measure surface seawater carbon dioxide concentrations must fulfill stringent performance criteria determined via community consensus at a workshop on underway pCO2 systems, held in Miami Oct 2 and 3, 2002. (See, www.aoml.noaa.gov/ocd/pco2). AOML will certify that the systems meet the criteria listed below. The specifications of parts are based on performance, robustness and extensive experience with our current systems in operation. Overall system accuracy: The systems should measure ambient air CO2 levels with an accuracy of better than 0.1 ppm (parts per million) out of 370 ppm. The equilibrated surface water values should be accurate to 2 micro atmospheres. This accuracy will necessitate pressure measurements to be within 0.2 mBar and water temperature measurements to be within 0.01 C. Overall system description: The systems are patterned after those in operation and described in Feely et al, (1998) and Wanninkhof et al, (1993). It must operate fully automatically and include: 1) A showerhead equilibrator that partitions CO2 in seawater into a headspace gas; 2) A valve box to select, monitor and control flows of equilibrator, ambient air, and gas standards; and a location to accommodate a user supplied infrared analyzer to quantify the CO2 content in equilibrator headspace gas and ambient air; 3) A personal computer-based software interface to log data and control valves and telemeter data. Pressures in the infrared analyzer and equilibrator must be measured, along with gas and water flows, and temperature of water in equilibrator. Water flow should be 1.5 L/min or less, and gas flows 30 ml/min. 4) An iridium transmitter and antenna to telemeter data via satellite to shore The system must include a pressure regulator to adjust water inlet pressure from 5 to 30 psi and bulkhead ports to connect at least four gas standards (user supplied) for automatic calibration Parts: The following components should be used in production unless is can be unequivocally shown that alternate parts improve accuracy and robustness. Analyzer: The system must be built to interface with a user provided LICOR 6262 analyzer. This infrared analyzer can measure the water vapor concentration in the air stream, which is essential to determine the proper mole fraction of CO2. The user (AOML) will provide the analyzer. Multiport valve: A multi-port Valco valve (model ECMT2SD8MWE) must be used to select the gas to be analyzed from at least 4 compressed gas standards, equilibrator headspace and ambient air. Pressure transducer: Setra model 239, Vaisala (PTB210C6C1M) or Druck (RPT350) barometer Equilibrator: A small volume showerhead equilibrator. Water must be filtered with a 200-micron filter prior to entering the equilibrators. Filter cleaning: The water filter must be able to be cleaned autonomously, for instance by back flushing with fresh water. Drying of headspace gas: Headspace gas should be dried to a dew point of < 15C using thermoelectric condenser block and a Permapure dryer with a dried sweep gas. Tubing material: 1/8" 316 stainless steel tubing should be used. Enclosures: Separate watertight enclosures should be built to contain the equilibrator and its peripheral components with approximate measurements 22?H x 22 ?W x 10 ?D) and one to contain the valve, IR analyzer, and their peripheral components which should be made of metal and have approximate measurements of 20? Hx24?W x 12?D Instrument interface: A PC-based Lab View software system must be provided to automatically control the instrumental operations and log data from IR analyzer and sensors. Data to be logged include time and position from a GPS, IR analyzer response, equilibrator temperature, barometric pressure, and flow meter readings. The software will be able to telemeter data to shore via an iridium satellite modem. A second program will receive the data shore side and be able to plot data from all instrumental sensors. The Iridium protocol will be provided by PMEL. Computer: The system has to be designed such that control occurs through USB or RS-232 ports. The computer will be supplied as part of the package Operating manual: The system must be supplied with an operating manual including manuals, and calibration sheets of the individual components. 52.232-16 Progress Payment . Progress payments will be based on total cost of the contract. Commercial advance payments will not exceed 15 percent of the contract price. Because of the cost of materials involved in purchasing the system and to accommodate small businesses to bid on manufacture of this equipment, 15 % of the purchase price will be paid by NOAA at signing of the contract (for materials only) and the remaining 85% will be paid based on a percentage or stage of completion. SECTION D ? FAR PROVISIONS The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.252-1 Solicitations Incorporated by Reference, 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offerors Certification and Representations-Commercial Items (Mar 2005). 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000)a. The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: (1) Technical Capability Provide sufficient information to demonstrate ability to meet Government's requirement. Address proposed management of program and plans to provide seamless support; (2) Past Performance Provide list of contacts, including phone numbers, to conduct reviews of the firm's past performance in successfully accomplishing activities similar to those identified in the Statement of Work (SOW); and (4) Price. 52.214-21 Descriptive Literature (Apr 2002) Descriptive literature is required to evaluate the technical acceptability of the offered product. If the offeror fails to submit descriptive literature with the offer or the descriptive literature fails to show that the product offered conforms to requirements of the specifications, the Government will reject the offer. Award will be made to the responsible offeror whose offer is responsive to the specifications, and terms and conditions of the request for quotation and is most advantageous to the Government, considering only price and the price related factors. SECTION E ? ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Administrative Support Center (CASC), Acquisition Management Division (AMD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: 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. The government now requires all contractors submit their Certification and Representation. Certs and Reps should be returned with quotation. Award will not be made to any contractor that is not registered in CCR and the Certs and Reps included. Responses should be faxed to 816-426-7530. Attn: Sharon Walker. Offerors are to return the following: 1) Schedule of Pricing (See Section B) 2) Decriptive Literature 3) Technical Proposal 4) Certification and Representation 5) Delivery Schedule
 
Record
SN00869159-W 20050814/050812211848 (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.