Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
SOLICITATION NOTICE

66 -- Interferometric (Phase Differencing) Bathymetric Sonar System

Notice Date
1/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ1-6-02
 
Response Due
2/8/2006
 
Archive Date
2/23/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, 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 Number NCNJ1-6-02 is issued as a request for quotation. The North American Industry Classification System Code (NAICS) is 334511. The National Oceanic and Atmospheric Administration (NOAA) Office of Coast Survey (OCS) requires a current year production model of an Interferometric (Phase Differencing) Bathymetric Sonar System for near shore and very shallow waters (i.e. 20m and shoaler) nautical charting hydrographic survey work. The sonar system shall be used in an operational hydrographic surveying capacity aboard NOAA survey vessels. The selected firm shall be required to provide training to NOAA operators on system theory, configuration and operation. Critical technical features include the ability to provide accurate bathymetric and imagery data across a swath of at least 10 times the altitude of the instrument in shallow waters while complying with International Hydrographic Organization (IHO) Order 1 requirements and identifying all navigationally significant features on the seafloor (i.e. all features of size 1m3 or larger). All items shall be in accordance with the attached Specifications for Interferometric (Phase Differencing) Bathymetric Sonar System for use in NOAA Nautical Charting Hydrographic Survey Work dated December 21, 2005.The Government reserves the right to obtain pre award on-site demonstrations aboard an appropriate NOAA survey vessel, at bidders? expense, to determine whether the proposed sonar systems suitably meet NOAA specifications. The sonar system shall be delivered and support provided for installation within ninety (90) days of award notification. This requirement also includes the option to purchase one (1) additional Interferometric (Phase Differencing) Bathymetric Sonar System as described above at the same or better price with delivery prior to December 31, 2006 contingent upon availability of funds. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach ? The likelihood of effectively meeting the requirements; 2) Past Performance ? The relevance and quality of prior performance; and 3) Price ? The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding ((O) ? Conspicuously striking in eminence; Good (G) ? Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) ? Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-08.The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.213-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4,Contract Terms and Conditions- Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Interferometric (Phase Differencing) Bathymetric Sonar System Request For Quote (RFQ) and Specifications for Interferometric (Phase Differencing) Bathymetric Sonar System for use in NOAA Nautical Charting Hydrographic Survey Work dated December 21, 2005 and provide a written and electronic response to be received no later than February 08, 2006 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland, 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. An original and four (4) copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. Brochures, drawings, and/or other written descriptions may be included as supplementary documentation. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8-1/2 x 11-inch paper, in a commercially standard font, not smaller than a size 12 font (excluding separately created artifacts included within the text). The quotation shall be secured by simple stapling and shall not contain elaborate binding. Each page in the offer shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to one hundred (100) single sided pages. Submit offers arranged in three sections as follows: Section I- Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II ? Past Performance, which includes relevant experience which describes at least three (3) current or recent projects with sonar systems that have the same make and model of the proposed system and describe the quality of performance; Section III ? Price, firm fixed price for sonar system to be delivered within ninety days (90) of award notification and firm fixed price for optional sonar system to be delivered prior to December 31, 2006. Each firm fixed price shall include sufficient data to allow the Government to determine the amounts, realism, and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN00974352-W 20060129/060127211727 (fbodaily.com)
 
Source
FedBizOpps 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.