Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
SOLICITATION NOTICE

99 -- TRAIN REGULATOR, RADIOSONDE, NSN NUMBER 6660-00-861-0312

Notice Date
4/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous 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
NWWA1200138000CMM
 
Response Due
5/5/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a Request for Quote from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Logistic Support Center (NLSC), Kansas City, MO to provide train regulator, radiosonde, National Stock Number (NSN) 6660-00-861-0312. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not 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, 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. This notice is hereby issued as RFQ No. NWWA1200138000CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5, 14, 15, 16, 17, 18, 19, 20, 23, 26 and 31), 52.214-20 Alt. II (May. 2002), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). The FAR provisions incorporated into this acquisition shall be 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Delivery Schedule, Past Performance, and Price. All factors other than price are equally important to one another. 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 requirements of this request. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the best value to the Government.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at, National Logistic Support Center (NLSC), 1510 E. Bannister Road, Building #1, Kansas City, MO 64131. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. A copy of NOAA NWS drawings and specifications can be obtained via email request to carey.m.marlow@noaa.gov. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Friday, May 5, 2006. Quotes may be faxed to 816-274-6923 Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Technical proposal that demonstrates the firm?s knowledge of and experience in having supplied the equipment as described herein. 2. A schedule for delivery of the equipment. 3. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided equipment that is the same or similar to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. A minimum of three (3) bid samples for preaward testing, sent to address stated herein pertaining to bid samples. 6. Proof of or acknowledgement of submission of bid samples needs to be submitted with quote. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: General The train regulator device shall be designed for close fixed attachment to the parachute, or to the balloon when no parachute is used, to deploy the radiosonde at a controlled descent rate to the full train length. It shall be designed to minimize transmission of vibration to the radiosonde during deployment of the train and after full deployment. Physical This device shall be compact, lightweight and with no sharp edges or other features which could damage a balloon or cause personal injury. No part or parts shall separate from the device by design or because of improper design or workmanship. Size and Weight The regulator in its completed form shall be lightweight and compact. It shall weigh not more than two ounces (57 grams) and shall occupy not more than 20 cubic inches. Material Construction of the regulators may be of natural material, synthetic material, or any combination thereof. Train The regulator shall provide a train of adequate length for useful observations, with the tape, twine or string attached to the device so as not to separate during normal use. It shall be designed to be fixed to the parachute or balloon ? where no parachute is used ? and shall feed its tape, twine or string from that fixed point in order to minimize interference with the signal from the radiosonde. Length The train regulator must carry enough tape, twine or string which at full deployment shall have a minimum length of 100 feet but not exceed 120 feet. Strength The tape, twine or string shall have a minimum static breaking strength of 50 pounds over a temperature range or +120 to -100 degrees Fahrenheit. Service Life This device shall provide satisfactory service by supporting the radiosonde instrument during the entire duration of a flight, typically ninety (90) minutes, under any combination of climatic conditions encountered throughout a flight. Operational The regulator when firmly attached in close proximity to the parachute or balloon shall lower a specified weight at a controlled descent rate, especially when strong surface winds prevail. Deployment The device shall be able to lower a weight of 2.0 pounds to the full limit of the tape, twine or string at a nominal rate of 30 feet per minute for the first 30 feet of deployment and shall be not less than 15 feet per minute, nor greater than 45 feet per minute and shall be not less than 30 feet per minute, nor greater than 60 feet per minute. Descent must be accomplished without stripping, stalling or binding and the tape, twine, or string shall at no time spill from the device at an uncontrolled rate. Design shall be such that a minimum of vibration is transmitted to the radiosonde during deployment. An integral or add-on shock absorber device may be included in order to prevent, or at least minimize, transmission of vibration. Environment The device shall comply fully with the requirements of this specification at all temperatures in the range (+120 to -100 degrees Fahrenheit). It shall operate satisfactorily when any condition or combinations of severe surface weather conditions prevail. These shall include, but not be limited to, rain, freezing rain, snow, sleet, and winds of up to 60 miles per hour at launch. Quality Assurance and Inspection Bid Sample Inspection and Tests All bidder?s shall supply a minimum of three (3) each bid samples which shall conform to all the requirements specified herein and shall be representative of the type of quality of regulators which he proposes to furnish as a production item. Bid samples need not be provided if bidder has successfully produced this product for NWS before. The bid samples supplied with quote will not be considered as any part of quantity ordered. Samples will be depleted during the preaward testing process, therefore bid samples will not be returned. Samples should be sent to: National Weather Service SRDC, ATTN: James Fitzgibbon, 43741 Weather Service Road, Sterling, VA 20166-9603. Production Inspection and Tests Inspection and tests of production regulators for compliance with the requirements of this specification will be performed by the Government on a sampling basis to determine compliance with the requirements herein. Because of the limitations of physical sampling tests, the Government will augment this information with field performance data conducted in an operational environment to verify compliance with specification requirements. Shelf Life The regulators shall not deteriorate in quality and shall be able to meet the requirements specified herein for a period of 24 months from the date of acceptance, when stored in the original package at temperatures ranging between +120 through -40 degrees Fahrenheit. Inspection and tests specified in Bid Sample Inspection and Tests, and Production Inspection and Tests will be used to demonstrate compliance. Preparation and Delivery Packaging All packaging shall be in accordance with currently recognized industry standards of good practice. Individual Each train regulator shall be individually packaged in any material which will exclude foreign materials, prevent entanglement of the individual units and which will not open accidentally under conditions of storage and normal handling. Bulk The individually packaged units shall further be packaged in cartons, each containing fifty (50) individual units. In addition to being of sufficient size to contain fifty units, the carton size shall be chosen such that multiple cartons, typically eight to twelve, will conveniently fit into a shipping container. Shipping The container for shipment shall be chosen which is of such a size to accommodate multiple cartons conveniently and without an excess of dead space. Alternatives Other modes of packaging may be proposed by the contractor. Such an alternative can only be adopted subject to the written approval of the Government Contracting Officer. Instructions and Marking Operational instructions for proper use of the regulators and marking of cartons and containers shall be in accordance with the following: Instructions ? Each carton containing 50 individual units shall also contain a sheet with simple and concise instructions for proper use of the regulator. A diagram may be used and is advised in addition to the written instructions. Marking Carton ? The exterior of each carton of fifty units shall be clearly marked to identify its contents as to item, quantity, stock numbers, lot number, carton weight, National Weather Service purchase order number, and name of contractor. Marking Shipping Container ? The shipping container shall be marked with the same information contained in the Marking Carton paragraph above. Delivery Shipment shall be by the ?best method?, dependent upon the quantity contained in that shipment. All shipments shall be at the expense of the contractor to a destination address in Kansas City, Missouri. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Regulator, Radiosonde Train NSN 6660-00-861-0312 ASN J382-2 -*Quantity 50 boxes $______________box $_________________ CLIN #1A? Regulator, Radiosonde Train NSN 6660-00-861-0312 ASN J382-2 -*Quantity 75 boxes $______________box $_________________ CLIN #1B ? Regulator, Radiosonde Train NSN 6660-00-861-0312 ASN J382-2 - *Quantity 100 boxes $______________box $_________________ * 50 units per box FOB Destination GRAND TOTAL: $_________________ DELIVERY SCHEDULE: Required Delivery: June 15, 2006 (Assuming that the Government will make award by May 12, 2006) Proposed Delivery Date ______________________________________ END OF NOTICE
 
Record
SN01029167-W 20060419/060417220258 (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.