Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
DOCUMENT

66 -- INTERFEROMETRIC (PHASE DIFFERENCING) BATHYMETRIC SONAR SYSTEM - Solicitation 1

Notice Date
5/22/2008
 
Notice Type
Solicitation 1
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKHC40-8-35435
 
Point of Contact
Gina E Lee,, Phone: 301-713-0820 x208, JEANETTE SPREEMANN,, Phone: 301-713-0820 x 141
 
E-Mail Address
gina.e.lee@noaa.gov, jeanette.spreemann@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKHC40-8-36468 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 334516. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Chesapeake Bay Program Office. The Chesapeake Bay Interpretive Buoy System (CBIBS) presently consists of three buoys located in the Chesapeake Bay and its tributaries. The buoys themselves acquire data from attached sensors and transmit the data in real time to a shore based computer network. NOAA will purchase one additional buoy for the CBIBS under this contract. The buoy shall meet the following specifications: Platform: The CBIBS buoy shall be deployable in 5 - 50 m water depths in the Chesapeake Bay, its tributaries, and nearby coastal waters. The buoy with its recommended mooring hardware shall be capable of withstanding 90 knot winds; 3m seas; and 3 knot currents. Buoy shall support (at least) sensors for meteorological conditions (wind speed and direction, air temperature and pressure), downward-looking current profiles, water quality measurements, and directional wave height and period. The buoy shall allow data connections to bottom mounted instruments via direct cable or acoustic modem. The platform shall be serviceable and towable by small (<25') boat and shall be boardable or completely accessible from boat. Platform shall be as lightweight as possible, less than approximately 1500 lbs with instrumentation. Data Controller and External Communications: The controller shall integrate input from up to 12 sensors or sensor packages, including all of those listed below. External communications shall be two-way, static ip-based high bandwidth broadband CDMA (primary). Sensors: Buoy shall include standard Wind / Meteorological (wind speed & dir, air temp, barometric pressure, relative humidity) and GPS (Horizontal positioning) sensors. Buoys will come equipped with one or more of the following instruments or their (plug, data, and dimensional) equivalent sensors WetLabs WQM water quality sensor; Nortek Aquadopp Profilers acoustic current profiler; and AXYS TriAXYS wave sensor; and up to 1 spare of each of these sensors. There shall be capability to attach/remove other near-surface in-situ sensors from above the water surface. Power: Power can be lead acid cells with solar charging, but the system shall be flexible enough to accommodate newer technologies (for example, lithium batteries), and shall run all instruments and communications for 1 week without solar power. There shall be an intelligent & addressable power management & distribution system. This purchase shall include a ready to deploy buoy meeting the above specifications, complete power and power management systems, data collection platform, ready to interface with CDMA data modem, programmable amber navigation light, gps, wind/meteorology sensors, up to three additional specified water quality, waves, and current profiling sensors. The buoy shall be in place by August 8, 2008. Period of Performance: 05/15/2008 - 12/31/2008. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following clauses apply: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The FAR clauses are in 52.212-5 and are applicable to this acquisition. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than June 5, 2008 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b6bc98808a8c4f3a6161e84bb7b646c&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Request for Quotation for the Interferometric (Phase Differencing) Bathymetric Sonar System (NFFKHC40-8-35435Request for Quotatio1.doc)
Link: https://www.fbo.gov//utils/view?id=99da082e0ff6d9e47feeff6c7d8b558e
Bytes: 169.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SILVER SPRING, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01579630-W 20080524/080522221321-06dab57bc97ca4e06bce1ce1de15d5be (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.