Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

66 -- Water Current Meters

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-07-00023
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
Description
NAICS Code: 334519 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation No. RFQ-GA-07-00023 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This acquisition is 100% small business set-aside. The NAICS code is 334519. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specifications, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide 3 items: Item 1 - One (1) InterOcean Systems S4A Current Meters or EQUAL in accordance with the following specifications. The current meter must be a versatile solid-state self-contained microprocessor driven instrument that acquires and records data for coastal, oceanographic and hydrographic applications with high accuracy and reliability. Should be a multi-tasking dual-mode operation allowing the user full control of multiple concurrent sampling schemes with programming for any combination of burst sampling, vector averaging, and sampling interval for each mode. Compass and all electronics, including memory and power supply, must be sealed within the sphere. The meter should transmit data in realtime via cable, modem, or acoustic ling, or store in a self-contained non-volatile memory for later retrieval and downloading to PC computer, terminal, or other storage device. - The meters must have integrated load bearing shaft (i.e., not a separate load cage) with eye hole type connections at both ends capable of accepting both a rope or shackle for moored deployment. - The meters must have temperature and conductivity sensors integrated in the main body of the meter (i.e., not a separate or third party probe which is attached to the meter). - The meter must have internal batteries and min. 32 meg flash memory for autonomous deployment. - The entire unit (meter including sensors, batteries, load shaft) must weight less than 25 lbs. - The meter must have internal tilt compensation and an internal compass to correct meter rotation during deployment. - The interface unit and software (Items 2 and 3) must be compatible with existing SESD-owned SF current meters. TECHNICAL SPECIFICATIONS: CPU Control Type: High Performance 32 bit CMOS Microprocessor (Motorola MC68332) Compatible: Compatible with existing S4 Application Software and Sll0A Interface. M6 EMORY Type: PCMCIA Series II Flash EEPROM memory card Organization: 32 Megabyte Standard, 256 Megabyte optional Capacity: More than 7 million vector averaged samples available with the 32 MB memory SPEED SENSOR Type: Electro-Magnetic, 2 axis 0-350 cm/sec standard Range: 0-50, 0-100, 0-600 and 0-750 cm/sec optional Resolution: 0.2 cm/sec Other: 0.03 cm/sec (0-50 cm/sec) 0.06 cm/sec (0-100 cm/sec) 0.35 cm/sec (600-750 cm/sec) Accuracy: 2% of reading ~1 cm/sec (0.03 ft/sec) Noise: Same as resolution for average of 1 minute or long Threshold: Limited only by resolution and noise Vertical Response: True cosine response (internally software corrected w/Tilt option) DIRECTION Type: Flux-Gate Compass Tilt: 25 Resolution: 0.5 Accuracy: 2 Direction: 0-360, 2 PHYSICAL Size: 25 cm diameter (10 inch), spherical in shape. Weight: Air: 11 kg (24 lbs) Water: 1.5 kg (4 lbs) Materials: Glass-filled cycloaliphatic Epoxy. Titanium Electrodes, Connector and Mooring Rod. Power: 6 Alkaline 'D' cells (Lithum optional) Operating Depth: Subject to pressure transducer limitation (if included) Maximum Depth: 1000 meters Mooring: In-line Titanium 6 AL-4V Mooring Rod with a through load of 4,500 kg (10,000 lbs) Item 2 - One (1) each - S110 Interface unit or EQUAL Item 3 - One (1) each - S4 Software/license or EQUAL Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest priced technically acceptable quotation. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and Conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219-6 Notice of Total Small Business Set-Aside; 2) 52.219-8 Utilization of Small Business Concerns; 3) 52.219-14 Limitations on Subcontracting; 4) 52.219-25 Small Disadvantaged Business Participation Program; 5) 52.222-3 Convict Labor; 6) 52.222-21 Prohibition of Segregated Facilities; 7) 52.222-22 Previous Contracts and Compliance Reports; 8) 52.222-25 Affirmative Action Compliance; 9) 52.222-26 Equal Opportunity; 10) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 11) 52.222-36 Affirmative Action for Workers with Disabilities; 12) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 13) 52.225-15 Restrictions on Certain Foreign Purchases; 14) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 15) 52.252-2 Clauses Incorporated by Reference; and, 16) 52.252-6 Authorized Deviation in Clauses, which are available at http://www.arnet.far.gov. All offers are due 15 days after publication of this notice. Offers may be mailed to Carole Wallace, Contract Specialist, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; faxed to 404/562-8370; or e-mailed to wallace.carole@epa.gov. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price, delivery time, & shipping charges if applicable, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to wallace.carole@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted.
 
Record
SN01391296-W 20070901/070830223113 (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.