Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

35 -- 35 - 11 Automated Water Sampler

Notice Date
10/20/2005
 
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
WC133C-06-RQ-0035
 
Response Due
10/27/2005
 
Archive Date
10/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: The U.S. Department of Commerce (USDOC), National Oceanic Atmospheric and Administration (NOAA), and National Ocean Service (NOS) in Charleston, SC intends to procure eleven (11) automated water samplers and supplies for monitoring fecal coloformas and pesticides in stormwater runoff. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. PRODUCT SPECIFICATIONS The U. S. Department of Commerce, NOAA, intends to acquire 11 automated water samplers and supplies for monitoring fecal coloformas and pesticides in stormwater runoff for the National Ocean Service in Charleston, SC. Specifications: Provide automated water samplers for monitoring stormwater runoff. The sampler shall be portable, programmable, and have the ability to be deployed remotely. The samplers must meet the following specifications: 1. Must run on AC or battery power; must be able to run on 12V battery for remote deployments 2. Portable with refrigeration (refrigeration must turn on only after first sample is pulled) 3. Uses peristaltic pump capable of pumping liquid samples 8 vertical meters 4. Incorporate pump revolution counter (with display) to help monitor condition of pump tubing 5. Allow user to select sample volumes from 10 to 9,990 ml in 1 ml increments, with an accuracy of 10 ml or 10%, whichever is greater 6. Uses Teflon-coated sample bottles and Teflon coated tubing (for pesticide sampling) 7. Must incorporate multiple bottle configurations to meet different sampling requirements 8. Have electrical components must be housed in single, durable container that is water tight, dust tight, and resistant to corrosion 9. Sampler must accept remote commands via internal modem 10. Sampler must send alarm information in the form of digital text messages to cellular phones 11. Sampler should have a liquid detection system, and have a re-try the sampling sequence if no liquid is detected in sampling bottle 12. Must be able to wirelessly receive data from the sampling unit, both by calling and send the data to us using cellular network 13. Must be able to utilize cellular technology for communication, rather than radio signals or hard-wired land line, based on characteristics of the National Ocean Service study sites 14. Must have rugged and durable design because it will be used in a range of harsh weather conditions 15. Must have the option of using voice modem for telephone activation of sampler (must be able to initiate sampling by calling the unit) 16. Must have user-friendly software for downloading and viewing logged data from the instrument GENERAL REQUIREMENTS Any business capable of providing this equipment is encouraged submit their offer to this announcement within 7 calendar days after publication of this notice. This is not a small business set-aside. The NAICS code for this action is 334516. This service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. The Central Region Administrative Division (CRAD), 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. Award will not be made to any contractor that is not registered in CCR Responses should be faxed to 816- 274-6983. Attn: Sharon Walker. TERMS AND CONDITIONS This notice constitutes the only Request For Proposal (RFP), that will be issued for this acquisition. Written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No. WC133C-06-RQ-0035SLW. This RFP incorporates the Federal Acquisition Regulation (FAR) provisions and clauses that are in effect through Federal Acquisition Circular 2005-06 effective September 30, 2005. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The price shall include cost of delivery, if required, in accordance with FAR 52.247-34, F.O.B. Destination (Nov 1991). The of delivery is 30 ARO.. The FAR clauses incorporated into this acquisition shall be:. The FAR clauses incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr. 1984), 52.204-4 Printed or Copied Double-Sided on Recycled Paper (August 2000), 52.211-8 Time of Delivery (Jun. 1997), 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 (Jan 2005) (Sections 1, 2, 5, 7, 9, 13, 14, 15, 16, 17, 18, 19, 20, 21, 23, 26, 27, and 31), 52.212-1, Instruction to Offerors ? Commercial Items (Jul. 2005), 52.212-2 Evaluation Commercial Items (Jan 1999) The following factors shall be used to evaluate offers: 1)Technical capability- Provide sufficient information, and documentation that demonstrates the ability to meet or exceed the Government?s minimum requirement as specified herein. Delivery schedule- 2)Ability to meet or exceed the Government?s delivery schedule. 3)Past Performance- Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided services and supplies that are the same or equal to that described herein. 4)Price- All factors other than price are of equal importance. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. 52.212-3 Offeror Representations and Certifications ? commercial Items (Jan 2005)shall be submitted with the offer, FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.209-73 Compliance with Laws (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), to provide the items described herein. 1352.215-73 Inquiries (Mar. 2000), 1352.215-71 Proposal Preparation (March 2000), 1352.215-73 Inquiries (March 2000), 1352.216-70 Contract Type (Mar. 2000) (Firm-Fixed Price Contract for Supplies), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000), 1352.246-70 Inspection and Acceptance (March 2000). Agency protests filed with the Contracting Officer shall be sent to Ms. Sharon Walker, 601 E 12th Street, Room 1756, Kansas City, MO 64106. 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at the National Ocean Service, 219 Ft. Johnson Road, Charleston, SC 29412. 1352.252-70 Regulatory Notice (Mar 2000), 1352.252-71 Regulatory Notice (March 2000). Full text of these CAR clauses is available upon written request by sending an email to Sharon.walker@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Sharon Walker, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Friday, April 15, 2005. Offers may be faxed to 816-274-6983. Attn: Sharon Walker. In addition to price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; 3) and Past Performance references for requirements that are comparable to those stated within. 4) Brief, succinct cover letter expressing interest in responding to this announcement and deliverable, a brief company overview, resume, and hatchery / business experience. Resume and hatchery/business experience not to exceed four (4) pages. The cover letter shall include the firms contact information including address, phone and fax numbers, and email address. This is a firm fixed price solicitation set-aside for small businesses. DELIVERY Delivery is required 30 days after receipt of award. BID FORMAT: Provide itemized pricing as follows: DESCRIPTION QTY UNIT PRICE TOTAL Line Item 0001 Autosampler 11 EA $______________ $__________ 0002 Software 1 EA $______________ $__________ 0003 Steel cart with Pneumatic wheels 1 EA $_______________ $__________ 0004 Voice Modem for Sampler 11 EA $_______________ $__________ 0005 12-bottle Configuration (350 ml glass) 11 EA $_______________ $__________ 0006 Teflon-lined Polyethylene tubing 11 EA $______________ $__________ 0007 Strainer assembly 11 EA $______________ $__________ 0008 Teflon coupler 11 EA $______________ $__________ FOB Destination GRAND TOTAL: $____________
 
Record
SN00918431-W 20051022/051020211815 (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.