Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOLICITATION NOTICE

58 -- Radio Tag miniature radio transmitters for fishery reseach Spring/Summer 2008

Notice Date
1/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-R-0014
 
Response Due
1/28/2008
 
Archive Date
3/28/2008
 
Point of Contact
Clarence Miller, 509-527-7215
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(clarence.a.miller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS/SOLICITATION for Radio Tag miniature radiio transmitters for fishery research Spring/Summer 2008 for the U.S. Army Corps of Engineers, Walla Walla District, CENWW-CT, 201 N. 3rd, Walla Walla, WA 99362. This is a combined synopsis/solicitati on for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written formal so licitation will not be issued. This is a request for proposal. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005  23 (effective December 26, 2007.) ADMIN INFO: Solicitation is unrestricte d. The NAICS code for this acquisition is 334511 and the small business size standard is 750 employees. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Cont ractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. For contracting opportunities, visit the Federal Business Opportunities (FedBizOpps) site, www.fbo.gov. This is a request for proposal under Part 12 of the FAR (co mmercial items.) The closing date for responses is January 28, 2008 at 02:00pm local Walla Walla, WA time. You may email your response to Clarence.A.Miller@usace.army.mil. For any questions, contact Clarence at PH: 509-527-7215. FAR 52.212-2 ap plies and the evaluation criteria are listed below. You must complete and include a copy of the provision at FAR 52.212-3 Alt A (Offeror Representations and Certifications-Commercial Items). FAR 52.212-4 and FAR 52.212-5 (DEV) apply and are listed be low along with other FAR clauses that apply. SOL: W912EF-08-R-0014 ISSUE DATE : 01/11/2008 DUE: 01/28/2008 at 02:00pm Walla Walla Pacific time COMBINED UNRESTRICTED SOLICITATION/SYNOPSIS FOR: Radio Tags for 2008 General Information The Walla Walla District, Corps of Engineers, requires miniature radio transmitters for fishery research in the spring and summer of 2008. There are two line items for radio tags with different specifications  one for spring migrant fish and one for summer migrant fish. Each line item has a base quantity and an additional optional quantity. Each of the two line items will have the base quantity awarded and the optional quantity if required will be exercised by modification. Tags are for sur gical implantation in juvenile salmonids which are between 115 mm and 299 mm in fork length. The tagged fish will be tracked as they approach and pass a large hydroelectric dam on the lower Snake River in Washington State. Each tag will have a unique cha nnel/code combination except test tags. Code and Frequency Format and Specifications Code set is 4,545 unique code/channel combinations distributed across 9 frequencies Each frequency has a possibility of 505 unique codes Frequencies used are 9 channels separated by 10 kHz from 30.17 to 30.25 MHz: Channel Frequency 1 30.17 2 30.18 3 30.19 4 30.20 5 30.21 6 30.22 7 30.23 8 30.24 9 30.25 Tag codes are four characters XXXX with the 1st character being the frequency The remaining characters specifications of the code are generated from a 3-Pulse transmission with the 1st pulse width 12 ms 2nd pulse width 6 ms 3rd pulse width 6ms Tolerance ? 0.1 ms Spacing between pulses (trailing edge to trailing edge) code generation is as follows: Spacing between 1st and 2nd pulse (ms) First part of code generation Spacing between 2nd and 3rd pulse (ms) Second part of code Last characters of the code 35.0 070 25 070 35.0 070 30 071<B R>35.0 070 35 072 35.0 070 40 073 35.0 070 45 074 37.5 075 25 075 37.5 075 30 076 37.5 075 35 077 37.5 075 40 078 37.5 075 45 079 Code f ormat continues sequentially. The last sequential 5 codes are as follows: 285.0 570 25 570 285.0 570 30 571 285.0 570 35 572 285.0 570 40 573 285.0 570 45 574 Line 1, Base - Spring Radio-Tag Specifications Model: Surgical implant into spring migrant juvenile salmonids Frequency: 30 mHz Frequency Range: 30.170 - 30.250 at a 10 kHz spacing Pulse Width Range: 37.0/25 - 287.0/45 ms (Code range: 70 to 574) Pulse Rate: 30 ppm (2.0 second) Power Pulse Width: 12 ms @ the 75% pulse height (tolerance ?0.1 ms) First Code Pulse Width: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Second Code Pulse: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Maximum tag volume: 400 mm3 Maximum tag weig ht: 0.9 g Maximum tag length: 14 mm Maximum tag width: 6 mm Minimum tag life: 10 days Automatic shut down 2 hours after activation, then restart 24 hours after activation, and shut down 10 days after the restart Antenna: 300 mm Black Cooner Stiff Number of Tags: 4,545 Delivery: See Table 1 for delivery schedule and spreadsheet Packaging: Tags packaged by day from spreadsheet Label: Channel code & R (i.e. 1070R) Potting: Waterproof non-reactive Activation: Wireless such as in fared or magnetic In addition, 27 test tags for testing and balancing the telemetry system. Test tags are exactly the same as fish tags however, the code generated is 576 on all test tags. Three Test tags per frequency with a code of 576 total 27 test tags. Table 1. Delivery schedule for radio tags for option 1 spring migrant passage and survival at Lower Monumental and Ice Harbor Dams in 2008. Delivery date Number of tags Tags per frequency 1 April, 2008 27  test tag s 3 20 April, 2008 1,260 140 27 April, 2008 1,260 140 4 May, 2008 1,260 140 11 May, 2008 765 85 Total 4,572 508 Line 1, Option Spring Radio-Tag Specifications Model: Surgical implant into spring migrant juve nile salmonids Frequency: 30 mHz Frequency Range: 30.170 - 30.250 at a 10 kHz spacing Pulse Width Range: 37.0/25 - 287.0/45 ms (Code range: 70 to 574) Pulse Rate: 30 ppm (2.0 second) Power Pulse Width: 12 ms @ the 75% pulse height (to lerance ?0.1 ms) First Code Pulse Width: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Second Code Pulse: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Maximum tag volume: 400 mm3 Maximum tag weight: 0.9 g Maximum tag length: 14 mm< BR>Maximum tag width: 6 mm Minimum tag life: 10 days Automatic shut down 2 hours after activation, then restart 24 hours after activation, and shut down 10 days after the restart Antenna: 300 mm Black Cooner Stiff Number of Tags: 2,277<BR >Delivery: See Table 1 for delivery schedule and spreadsheet Packaging: Tags packaged by day from spreadsheet Label: Channel code & R (i.e. 1070R) Potting: Waterproof non-reactive Activation: Wireless such as in fared or magnetic In addition, 27 test tags for testing and balancing the telemetry system. Test tags are exactly the same as fish tags however, the code generated is 576 on all test tags. Three Test tags per frequency with a code of 576 total 27 test tags. Table 2. D elivery schedule for radio tags for option 2 spring migrant passage and survival at Lower Monumental and Ice Harbor Dams in 2008. Delivery date Number of tags Tags per frequency 1 April, 2008 27  test tags 3 20 April, 2008 900 100 27 April, 2008 900 100 4 May, 2008 477 53 Total 2,304 256 Line 2, Base Summer Radio-Tag Specifications Model: Surgical implant into summer migrant juvenile salmonids Frequency: 30 mHz Frequency Range: 30.170 - 30.250 at a 10 kHz spacing Pulse Width Range: 37.0/25 - 287.0/45 ms (Code range: 70 to 574) Pulse Rate: 30 ppm (2.0 second) Power Pulse Width: 12 m s @ the 75% pulse height (tolerance ?0.1 ms) Code Pulse Width: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Second Code Pulse: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Maximum tag volume: 300 mm3 Maximum tag weight: 0.6 g Maxi mum tag length: 13 mm Maximum tag width: 5.5 mm Minimum tag life: 10 days Automatic shut down 2 hours after activation, then restart 24 hours after activation, and shut down 10 days after the restart Antenna: 300 mm Black Cooner Stiff Number of Tags: 4,545 Delivery: See Table 2 for delivery schedule and spreadsheet Label: Channel code & S (i.e. 1070S) Packaging: Tags packaged by day from spreadsheet Potting: Waterproof non reactive Activation: Wireless such a s in fared or magnetic In addition, 27 test tags for testing and balancing the telemetry system. Test tags are exactly the same as fish tags however, the code generated is 576 on all test tags. Three Test tags per frequency with a code of 576 total 27 test tags. Table 3. Delivery schedule for radio tags for option 1 summer migrant passage and survival at Lower Monumental and Ice Harbor Dams in 2008. Delivery date Number of tags Tags per frequency 1 May, 2008 27  test tags 3 18 May, 200 8 1,260 140 25 May, 2008 1,260 140 1 June, 2008 1,260 140 8 June, 2008 765 85 Total 4,572 508 Line 2, Option Summer Radio-Tag Specifications Model: Surgical implant into summer migrant juvenile salmonids< BR>Frequency: 30 mHz Frequency Range: 30.170 - 30.250 at a 10 kHz spacing Pulse Width Range: 37.0/25 - 287.0/45 ms (Code range: 70 to 574) Pulse Rate: 30 ppm (2.0 second) Power Pulse Width: 12 ms @ the 75% pulse height (tolerance ?0.1 ms ) Code Pulse Width: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Second Code Pulse: 6 ms @ the 75% pulse height (tolerance ?0.1 ms) Maximum tag volume: 300 mm3 Maximum tag weight: 0.6 g Maximum tag length: 13 mm Maximum tag width : 5.5 mm Minimum tag life: 10 days Automatic shut down 2 hours after activation, then restart 24 hours after activation, and shut down 10 days after the restart Antenna: 300 mm Black Cooner Stiff Number of Tags: 2,268 Delivery: See T able 2 for delivery schedule and spreadsheet Label: Channel code & S (i.e. 1070S) Packaging: Tags packaged by day from spreadsheet Potting: Waterproof non reactive Activation: Wireless such as in fared or magnetic In addition, 27 t est tags for testing and balancing the telemetry system. Test tags are exactly the same as fish tags however, the code generated is 576 on all test tags. Three Test tags per frequency with a code of 576 total 27 test tags. Table 4. Delivery sched ule for radio tags for option 2 summer migrant passage and survival at Lower Monumental and Ice Harbor Dams in 2008. Delivery date Number of tags Tags per frequency 1 May, 2008 27  test tags 3 18 May, 2008 783 87 25 May, 2008 90 0 100 1 June, 2008 585 65 Total 2,295 255 . The provision at 52.212-1, Instruction to Offerors  Commercial, applies to this acquisition. The evaluation procedures to be used are lowest price technically acceptable. Please provide a completed copy of provision at 52.212-3. See the following website for the provision - http://www.arnet.gov/far. SCHEDULE B Proposal ITEM DESCRIPTION ESTIMATED QUANTITY U/M U/P AMOUNT 0001 Sp ring Radio Tags as per above description 4,572 EA $_______ $________ 0002 Summer Radio Tags as per above description 4,572 EA $_______ $________ 0003 Optional Spring Radio Tags 2,304 EA $_______ $________ 0004 Optional Summer Radio tags 2,295 EA $_______ $________ SCHEDULE TOTAL $__________ Evaluation Criteria Proposals shall be evaluated as per the attached FAR clause 52.212-2 following in full text EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitatio n and will be most advantageous to the Government based on selecting best value by using the lowest price technically acceptable method. To be technically acceptable, an offeror must pass all technical factors. The following factors shall be used to ev aluate all offers: Technical Factors (1) Provide evidence that the supplier has provided as a minimum of 2,000 tags for juvenile salmonid studies in the vicinity of large hydroelectric dams. (2) Documentation must be provided to ensure that the potential vendor is able to meet the delivery schedule and will supply a proven product. These evaluation criteria can be provided in the form of past contracts, including quantities of tags delivered and the use of those tags (type of fish, general environment in which they were deployed), as well as references from past contracts for transmitters. Review of the documentation provided by the vendor will result in a rating of acceptable or unacceptable for each of the two factors. Each o f the two factors requires an acceptable rating in order for the contractor to receive an overall acceptable under the technical evaluation criteria. The lowest price by an offeror with an overall acceptable rating will receive award of this contract. (b) Options. The Government will evaluate offers based on pricing provided under attached schedule B. For award purposes, the lowest price is based on adding together the initial and optional items under the schedule. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnish ed to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an o ffer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-3 Alt A Offeror Representations and CertificationsCommercial Items. This may be download ed from - http://www.arnet.gov/far. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The C omptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) Th e Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR S ubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination s ettlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall b e made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contrac tor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not require d to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for cons truction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Sp ecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employe e Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (ix) 52.222- 53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (c) While not required, the contractor May include in its subcontracts for commercial items a minimal num ber of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered lin e item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days after award for optional item 0003 and 60 day s for optional item 0004.. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) Other FAR clauses apply by Reference or full text. If inte rest in this, please email clarence.a.miller@usace.army.mil to receive full clause selection.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01484083-W 20080113/080111225726 (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.