Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
MODIFICATION

66 -- Multi-parameter Sondes

Notice Date
11/13/2007
 
Notice Type
Modification
 
Contracting Office
Epa Erd, Athens, GA 30605-2700
 
ZIP Code
30605-2700
 
Solicitation Number
EP08L000105
 
Response Due
11/23/2007
 
Archive Date
5/21/2008
 
Point of Contact
Name: Rick Pittman, Title: Contract Specialist, Phone: 7063558010, Fax:
 
E-Mail Address
pittman.rick@epa.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is EP08L000105 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-11-23 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Athens, GA 30605 The Environmental Protection Agency requires the following items, Meet or Exceed, to the following: LI 001, In order to be considered vendors must document extended specs, manufacturer name and part numbers for their proposal. ----Multi-parameter sondes are needed for continuous observations of water quality at underwater locations in coastal marine and freshwater locations. Each instrument shall be capable of pre-programming and logging of extended measurements of turbidity, depth/ level, temperature, conductivity/salinity, and chlorophyll a or chlorophyll. The following criteria shall be applied: (1) The sensors shall be mounted on a platform with an automatic cleaning system for periodic removal of fouling and deposited particles from all the sensors. This is required for extended deployment of the instrument without repeated visits for cleaning. Typical cleaning mechanism would be a wiper brush system. (2) The system shall be battery powered. (3) Internal memory shall be included in each system and the data collection system shall be programmable. The data shall be readily downloadable. RS-232 and RS-485 communications shall be available. (4) Appropriate software for the operation of the instrument package shall be provided. (5) The turbidity sensor shall have a range of at least 0-1000 NTU and it shall include a user-programmable self cleaning system. The sensor shall have an accuracy of 1% up to at least 100 NTU, an accuracy of at least 5% in the 100 ? 1000 NTU range and a resolution of 0.1 NTU up to 400 NTU. (6) The depth/ level sensor shall be useable down to a depth of 25 meters with an accuracy of ? 5 cm. (7) The conductivity sensor shall be capable of measuring over a range of at least 0 - 90 mS/cm with an accuracy of ? 0.5% of the reading. (8) The chlorophyll-a or chlorophyll sensor shall have a minimum detection limit of at least 0.05 mg/ chl a m-3 with an accuracy of at least ? 3% for signal level equivalents of 1 ppb rhodamine WT. (9) Each sonde shall capable of measuring water temperature over a range of -5 to +45 oC with an accuracy of at least ?0.15 degrees C. (10) Section 508 compliance data must be provided for software package. (11) Battery life: Sondes will be deployed for up to 90 days with data logging every 10 to 15 minutes. , 3, EA; For this solicitation, Environmental Protection Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Environmental Protection Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 60 days or less after receipt of order (ARO). FAR Clause 52.225-1, Buy American Act - Supplies (June 2003) FAR Clause 52.225-2, Buy American Act Certificate (June 2003) Award Evaluation Criteria: 1.)Technically acceptable, 2.) lowest price
 
Web Link
www.fedbid.com (b-57431_03, n-9767)
(http://www.fedbid.com)
 
Place of Performance
Address: Athens, GA 30605
Zip Code: 30605-2700
Country: US
 
Record
SN01451332-W 20071115/071113223950 (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.