Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

66 -- PROVIDE GAGES, RAIN, TIPPING BUCKET PREVIOUSLY ACQUIRED UNDER FRIESE ENGINEERING MODEL #7405

Notice Date
3/14/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWWA1200638982CMM07
 
Response Due
3/29/2007
 
Archive Date
4/13/2007
 
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 Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD), National Weather Service (NWS), National Logistic Support Center (NLSC), located in Kansas City, MO needs a vendor to provide gages, rain, tipping bucket (previously acquired under Frise Engineering Model #7405, Belfort Model # 5-405 standard with tripod support). 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. NWWA1200638982CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. 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 (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov. 2006) (Sections 5, 14, 15, 16, 17, 18, 19, 20, 23, 26 and 31), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). The FAR provisions incorporated into this acquisition shall be 52.211-6 Brand Name or Equal (Aug. 1999), 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov. 2006), 52.214-21 Alt (I) Descriptive Literature (Apr. 2002). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. 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 firm whose quotation conforming to the 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 providing the specified product; Warranty; Delivery; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NLSC, 1510 E Bannister Road, Building 1, Kansas City, MO 64131. A copy of the NWS Special Packaging / Marking requirement is available upon request. Please send request via email to carey.m.marlow@noaa.gov. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Thursday, March 29, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or sent via email to carey.m.marlow@noaa.gov . Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the commercial warranty that covers the equipment. 3. A delivery schedule which includes complete installation. 4. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 5. A completed price schedule for all line items identified in this notice (include a copy of the standard catalog pricelist if applicable.). 6. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. PRODUCT DESCRIPTION: The contractor shall provide fifteen (15) Gage, Rain, Tipping Bucket, Frise Engineering Model #7405, Belfort Model #5-405 standard with Tripod. Units measuring tube and stick mechanically measures rainfall in 0.01-inch increments, transmits electrical impulse for each increment. NSN # 6660-00-242-7093, ASN D120. Items shall be delivered in accordance with NWS special packaging/marking requirement (see attachment A). SCOPE: The tipping-bucket rain gage covered by this specification shall be capable of transmitting by electrical means the rate and accumulated amounts of rain fall data to a station recorder. The rain gage will be located in an exposed outdoor environment. The tipping-bucket consists of a two-compartment mechanism mounted inside a circular housing. Rainwater falling into an upper funnel accumulates in one of the two tipping bucket compartments until 0.01 inches (18.53 grams) of water is collected. The weight of the water causes the bucket to tip on its pivots emptying into a lower funnel. The rainwater from the lower funnel can be collected into a measuring cylinder whenever the Petcock located at the base of the lower funnel is opened. The water in the cylinder is measured with a rain gage measuring stick. The motion of the tipping-bucket momentarily actuates a mercury switch, which is connected to a 24 VAC, 60Hz supply, permitting an electrical impulse to be sent to a recording unit located in a Weather Forecasting Office (WFO). The recorder, therefore, reads out each time 0.01 inches of water is accumulated. Major Components: The tipping-bucket rain gage shall consist of the following major components: collector and funnel assembly, housing assembly, cylinder retainer assembly, frame and tipping-bucket assembly, tripod support, measuring tube, and measuring stick. Measuring stick: A 24-inch lamicoid No. 6021 plastic stick, graduated, shall be furnished with each rain gage. Throughout the course of production the lower end of the stick shall always be square and even and indicate an accurate measured reading of 0.01 inch of linear length for the first graduation mark. Workmanship: Material and workmanship shall be of the best quality and conform to accepted engineering practices. All material used shall be new and unused. Performance: The capacity of the tipping bucket for a single tip (.01-inch of rain) when accurately weighed, shall be 18.53 grams. The tipping-bucket shall be tested with the frame level and at a uniform rate of water flow from a spout with an opening of ? inch in cross section. The spout shall be directed vertically downward into the tipping bucket and located directly over the line of axis of rotation about which the bucket tips. The tipping catch in one chamber of the tipping-bucket shall be equal to within 10% of the tipping catch in the second chamber. A check for accuracy of tips shall be made at two (2) rates. The first check shall be made at a two (2) tips per minute rate and a second check made at a 10 tips per minute rate. Catch shall be measured on a balance accurate to +/- .05 gram. Performance when checked at the rate of two (2) tips per minute for 10 tips shall be accurate to +/- 2% (+/ 3.7 grams) and when checked at the rate of 10 tips per minute for 10 tips, error shall not be greater than +7% (+12.97 grams). Optimum operation shall have tipping buckets adjusted with zero at 2 tips per minute and +6% error at 10 tips per minute. The water deposited into the measuring cylinder from the tipping bucket shall be accurate to within 0.01 inch (18.5 gram) of equivalent rainfall for any measurement taken. A check for this required accuracy shall be made at three (3) levels, 0.10 inch (185.3 grams), 0.50 inch (926-5 grams), and 0.90 inch (1667.7 grams). The catch shall be measured on a scale accurate to +/- 0.05 grams. Finish: The inner and outer surface of the tipping bucket shall be smooth and clean and shall not be treated or lacquered. Other surfaces of the rain gage that are exposed directly to the weather and action of water, including the collector and upper funnel, shall be thoroughly cleaned and finished with a high grade aluminum lacquer. An acceptable finish is Sherwin-William Aluminum Lacquer No. M60Sl or equivalent . Nameplate: Each unit shall have a nameplate permanently affixed with rivets or screws and located on the outer side of the door assembly. Each unit shall be numbered consecutively starting at one (1) proceeded by a dash and two digits representing the fiscal year (e.g. an order of 10 units purchased in fiscal year 2006, 06-1 through 06-10). Physical: All seams and beadings shall be water tight. Brazed and soldered joints shall be tightly bonded. All seams, beading and joints when exposed to water action shall be completely free of any water leaks. It shall be possible to interchange tipping bucket assemblies with tipping bucket frames, although the accuracy required shall be obtained with calibrated matching frame and bucket. Guarantee: Each rain gage with all of its related parts shall be guaranteed against faulty materials and workmanship for a period of one (1) year after installation and activation, but shall not exceed two (2) years after inspection and acceptance of the last system delivered under the purchase order. If a rain gage fails to perform satisfactorily due to faulty materials or workmanship, it shall be repaired or replaced by the contractor at no additional cost to the Government. Preproduction Model: If required in the bid invitation, a preproduction model shall be provided that has been fabricated with production tooling. The preproduction model shall be identical to those items that shall be provided for the production order. Approval of the preproduction model shall not be construed as a waiver of any specific requirement. An approved preproduction model will be accepted as a partial delivery under this purchase order. A rejected preproduction model shall be returned at the contractor?s expense. QUALITY ASSURANCE Unless otherwise specified in the purchase order the contractor shall be responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the contractor may utilize his own facilities or any commercial laboratory acceptable to the Government. The Government reserves the right to perform any of the inspections set forth where such inspections are deemed necessary to assure that the rain gage conforms to prescribed requirements. The system inspection will consist of the following tests: a) Inspect all castings to see that they are smooth and free from sand holes, burrs, and sharp edges. b) Test the tipping bucket and mercury switch assembly for smooth operation. c) Test the mercury switch to observe that its operation is not erratic and that it closes once for each tip and does not generate multiple closures for a single tip. d) Inspect the surfaces of the tipping bucket to see that they are clean, smooth, and untreated. e) Test the tipping bucket for water leaks. Check each compartment in turn by filling it to the rim and observing it for leaks for a period of 30 minutes. f) Test the measuring cylinder for leaks by filling it to the rim and observing it for a period of 30 minutes. g) Test the lower funnel for leaks. With the drain Petcock closed, pour one half (1/2) of the measuring cylinder of water into the lower funnel assembly and observe it for leaks for a period of 30 minutes. h) Inspect all surfaces required to be lacquered to see that they have been thoroughly cleaned prior to being finished with aluminum lacquer. The finished surfaces shall be free from bubbles, cracks, runs, insufficient coverage, and peeling. i) Test for interchangeability of tipping buckets and tipping bucket frames. The precision of the tipping bucket rain gage (i.e., the precision with which the measurements for a fixed value is repeated several times) shall satisfy the required accuracy as described herein. PREPARATON FOR DELIVERY Each rain gage shall be preserved and packaged for mechanical and physical protection in accordance with best commercial practice. Each rain gage shall be adequately cushioned, blocked, and braced as required to afford maximum protection fro hazards normally encountered in storage and transit via common carrier. Any damage occurring to the rain gage during shipment, that is due to improper packaging, shall be the responsibility of the contractor. The rain gage shall be repaired or replaced by the contractor at no additional expense to the Government. Each shipping container shall be appropriately marked on the exterior surface to identify the name of the contractor, the NOAA-NWS contract number and the type and serial number of the rain gage contained therein. This identification shall be placed on the top and one side of the container. NWS Special Packaging / Marking requirement will be strictly enforced. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Gage, Rainfall, Tipping Bucket, NSN 6660-00-242-7093, ASN D120) ? Quantity needed ? 15 each $______________ $_________________ FOB Destination GRAND TOTAL: $_________________ DELIVERY SCHEDULE: Proposed Delivery Date ______________________________________ END OF NOTICE
 
Record
SN01250605-W 20070316/070314220420 (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.