Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
DOCUMENT

67 -- Still Camera and Integration into Towed Platform - Statement of Work

Notice Date
9/3/2008
 
Notice Type
Statement of Work
 
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
NCNS1000-8-43520
 
Archive Date
9/25/2008
 
Point of Contact
Kristen S. Evangelista,, Phone: 301-713-0820 x136
 
E-Mail Address
kristen.s.evangelista@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Parts 12 and 13, 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 NCNS1000-8-43520 is issued as a request for quotation. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Centers for Coastal Ocean Services (NCCOS), Center for Coastal Monitoring and Assessment (CCMA) has a requirement to purchase and integrate a new camera capable of collecting high resolution digital still photographs onto an already made towed instrument system. The camera must allow NOAA scientists to sufficiently identify and characterize fish, coral and benthic habitats from 10 to 300 m below the sea surface. The work performed by the contractor will fall into three phases: (1) research and purchase, (2) integration, and (3) warranty work. During the research and purchase phase, the contractor shall select and purchase a camera and an external strobe required to satisfy the objectives identified. The contractor must integrate the camera and strobe into an already purchased instrument system. Finally, the contractor shall provide a warranty for the camera and integration work for one (1) year after delivery. The applicable NAICS Code is 334511 - Search, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Size Standard number of employees is 750. This solicitation for a still camera and integration into towed platform is fully open to all qualified vendors. The Department of Commerce, National Oceanic and Atmospheric Administration may issue zero or one award. The Center for Coastal Monitoring and Assessment may require maintenance service following the expiration of the warranty period for these products. Please review the SOW attached to this combined synopsis/solicitation for further details. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) 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 clauses are those in effect through Federal Acquisition Circular Number 2005-26. 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, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a firm fixed price 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 integrated camera system shall be delivered by October 31, 2008. SUBMISSION: The firm must provide sufficient documentation showing a proven track-record of manufacturing, delivering, calibrating, and maintaining underwater digital still camera systems. The firm must possess sufficient technical, supervisory, administrative, and QA personnel to ensure timely delivery of the required instrumentation. Firms should indicate in proposal their experience: (a) the number of units sold to date, (b) average system age and (c) relevant service data. The service data shall include at a minimum the (a) number of un-scheduled maintenance calls, (b) average time (in days) to completely resolve un-scheduled maintenance calls, (c) frequency of scheduled maintenance, (d) average time required for scheduled maintenance, and (e) warranty information. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and two (2) copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the following phases: (1) Research and Purchase; (2) Integration; and (3) Warranty Maintenance Service. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. The Government shall not be liable for any costs incurred in response to this request. Interested contractors are invited to review the attached Statement of Work and provide a written and electronic response. Responses must be received by 12:00 Noon, September 10, 2008. Responses are to be emailed to kristen.s.evangelista@noaa.gov and mailed to Kristen S. Evangelista, DOC/NOAA/AGO, 1305 East West Highway, Sta. 7610, Silver Spring, MD 20910. Any hand carried deliveries to SSMC4 shall be coordinated with Kristen S. Evangelista at 301-713-0820, extension 136.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52d30bb5d6686095a16bc0eb18f1be8d&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (NCNS1000-8-43520 SOW.doc)
Link: https://www.fbo.gov//utils/view?id=3d3d3bc000a74b9c03fdbe88fdf7bfd4
Bytes: 44.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01657810-W 20080905/080903222425-52d30bb5d6686095a16bc0eb18f1be8d (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.