Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

66 -- Procurement of Acoustic Data Collection Profilers

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - LAME Lake Mead NRA 601 Nevada Way Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
Q8360070010
 
Response Due
4/2/2007
 
Archive Date
3/14/2008
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Lake Mead National Recreation Area, is requesting quotes for Acoustic Data Collection Profilers, Teledyne RD Instruments Model WHM300 and Model WHM600 or equal. 1) This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote, #Q8360070010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 334511. All responsible concerns may submit a quotation which shall be considered by the National Park Service (NPS). Quoters shall e-mail or fax their quotations to Judith C. Couch at judy_couch@nps.gov, FAX 702-293-8626. Quotes shall be submitted so as to insure arrival by 2:00 pm Pacific Standard Time, Monday, April 2, 2007. Address questions regarding this solicitation to Judith C. Couch, e-mail judy_couch@nps.gov. 2) Contract line items: Line Item # 1, Workhorse Monitor Model #WHM300 or equal, Quantity: 3 ea, Unit Price: $ ________________; Line Item # 2, Workhorse Monitor Model #WHM600 or equal, Quantity: 2 ea, Unit Price: $ ________________; Line Item #3, Bottom Tracking Upgrade Model #WMBTK or equal, Quantity: 5 ea, Unit Price: $______________; Line Item #4, Memory Card 128MB #WHM128 or equal, Quantity: 5 ea, Unit Price: $____________; Line Item #5, Shipping: FOB Destination or FOB Origin Shipping Costs NTE $___________; Total Price: $ __________________. 3) Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal for contract lines noted above; c) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; Not applicable if certified through On-Line Representations and Certifications Applications (ORCA) at https://orca.bpn.gov/. d) acknowledgement of any solicitation amendments. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: TECHNICAL: Capability of the item offered to meet the agency need; product literature, technical features, warranty features. Essential functional characteristics as follows: Broadband signal processing (Critical Need),4 beams, bottom tracking, 128 depth cells, single ping sensor sampling for data rejection, 1 meter depth cell resolution, accuracy of .5% of measured velocity, PCMCIA memory slot, 20 degree beam angle. PAST PERFORMANCE: Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source." Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6, 52.219-8, 52.222-20, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-33.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2452412)
 
Place of Performance
Address: Lake Mead National Recreation Area, Boulder City, Nevada
Zip Code: 89005
Country: US
 
Record
SN01252179-W 20070317/070315222503 (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  © 1994-2020, Loren Data Corp.