Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

20 -- ATON Buoy Mounting Fixtures - Clamparatus

Notice Date
7/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0802
 
Archive Date
8/12/2008
 
Point of Contact
Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number EA133C-08-RQ-0802 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 339999 with a small business size standard of 500 employees or less. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Operational Oceanographic Products and Services (CO-OPS) requires the following items: Item 0001: Quantity of three standard clamparatus (painted red) as described in the specifications below. *submit a diagram/drawing/picture of your clamparatus with your quotation. Item 0002: Option item to purchase up to three additional clamparatuses, as identified in item 0001 for a period of up to one year from date of award. OVERVIEW OF CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCT AND SERVICES The Center for Operational Oceanographic Products and Services (CO-OPS) of the National Ocean Service, an organizational element of NOAA, operates and maintains a network of approximately 175 long-term water level measurement stations as a part of the National Water Level Observation Program (NWLOP) around the U.S. coast and in the Great Lakes. CO-OPS installs and operates short-term water level stations in support of a variety of programs including hydrographic surveys, marine boundary determination, dredging, climate change, and long-term sea level rise studies. CO-OPS collects current data as a part of the National Currents Observation Program (NCOP) at locations throughout the United States. The data collected and predictions derived are used to ensure safe, efficient, and environmentally sound maritime commerce. CO-OPS provides a set of water level and coastal current products. These include data and products required by the National Weather Service to meet flood and tsunami warning responsibilities, the National Water Level Observation Network (NWLON) and a national network of Physical Oceanographic Real-Time Systems (PORTS®) in major U.S. harbors. SCOPE As an independent contractor and not as an agent of the Government, the Contractor shall provide a structural fixture for supporting instruments on a US Coast Guard (USCG) 8x26 LR Aid-To-Navigation (ATON) buoy. The fixture shall consist of an instrument mounting tube attached to the ATON buoy using one of the lifting tabs, and a corrosion resistant, watertight electronic box The fixture shall be structurally stable and robust under environmental forces (wind, wave, current, and floating ice), and corrosion resistant (both mast and associated metal parts). The fixture must be mounted so that the buoy is not cut, drilled, welded or changed in any way. An antenna mount must be included. This hardware will be used in a real-time wave and current measurement system. The fixture must have existing USCG approval for deployment on an 8x26 LR Aid-To-Navigation buoy. Specifications for the instrument clamping fixture General description: A structural fixture for supporting instruments on a US Coast Guard (USCG) 8x26 LR Aid-To-Navigation (ATON) buoy is sought. The fixture typically consists of a fiberglass instrument mounting tube attached to the ATON buoy using one of the lifting tabs. A 3" diam. mount for a Nortek Aquadopp with stainless steel safety cable is attached to the lower end of the mounting tube. The electronic box is attachable to the top of this fixture.The fixture should provide protection for the electronics box. The box must be removable from the fixture for testing. The fixture shall be structurally stable and robust under environmental forces (wind, wave, current, and floating ice), and corrosion resistant (both mast and associated metal parts). Typically, the fixture will be installed by two people standing on top of the buoy with a small boat (or zodiac) providing necessary support and a larger vessel standing near-by for transportation to and from the staging port. Environment: Wind speed - up to 40 knots Current speed - up to 3 knots Wave - wave height up to 2 m and period between 3 sec to 10 sec Ice - ice built on fixture and surface moving ice sheet are possible in winter time Temperature - -30 deg. C to +60 deg. C Supporting instrument and equipment: Design: minimum use of loose components to avoid dropping into water; minimize weight to facilitate installation (less than 250 lbs); stable and robust to avoid vibration and/or movement due to wave, wind, current, drifting ice, and buoy motion. Electronic box - Watertight and corrosion resistant; containing battery for 6-month power supply (GFE), rugged and secured to clamping fixture The electronics box is 12" x 14" x 8" with a full top opening and is attachable to the clamp. The unit has a 5/8" hole for the antenna connection and a ¾" hole for the ADCP signal cable. The box should be painted or powder coasted for maximum corrosion resistance. The box must be removable for shipping and testing of the system. It should weigh no more than 45 lbs. Instrument mounting tube Material: fiberglass, epoxy composite, A 10ft fiberglass tube with mounting hardware to hold a Nortek Aquadopp inside the bottom end. The upper portion of the tube is mounted to the clamp by a series of U-bolts or another clamping system. The tube must be easily removable in case of damage or for shipping. A stainless steel safety cable from the Aquadopp to the buoy clamp is required in case of damage to the tube during operations. Antenna Mount An antenna mount that clamps to the upper ring on the buoy is required. The mount must be designed to hold a whip type antenna with a 1 ½ to 2" daim. base. The required delivery date for item 0001 is August 25, 2008. The equipment will be shipped to: 808 Principal Court, Chesapeake, VA 23320. The cost of shipping will be paid for separately. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: see FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007) with addenda: FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Item (MAR 1989) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract for supplies. CAR 1352.233-71 Service of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Michele McCoy, 200 Granby Street, 8th Floor, Norfolk, VA 23510} FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007), with addenda: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2008) {Fill-in: Part B, Check items 1, 5, 7, 9, 15, 16, 17, 18, 19, 20, 21, 22, 24, 26, 28 and 36} In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 11:00 a.m. on Monday, July 28, 2008. Offers may be faxed to 757-664-3645 or sent electronically to Janie.M.Laferty@noaa.gov. Anticipated award date is on or about Wednesday, July 30, 2008. Quotes are to remain effective for 30 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Janie Laferty at Janie.M.Laferty@noaa.gov or faxed to 757-664-3645. Telephonic requests will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7d6a1ca98318ab6ada0bc5b713c627b&tab=core&_cview=1)
 
Place of Performance
Address: NOAA/National Ocean Service, 808 Principal Court, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN01616683-W 20080719/080717221323-c7d6a1ca98318ab6ada0bc5b713c627b (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.