Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

20 -- Replacement Parts for Trawl Resistant Bottom Mounts (TRBM)

Notice Date
9/9/2008
 
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-1179
 
Archive Date
9/27/2008
 
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-1179 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 one (1) each Replacement Float Module (for existing AL-200 TRBM) as manufactured by Flotation Technologies, Biddeford, ME or equal. Item 0002: Quantity of five (5) each Gimbal Assemblies (for existing AL-200 TRBM) as manufactured by Flotation Technologies, Biddeford, ME or equal. Item 0003: Quantity of two (2) each AL-200 Replacement Bases as manufactured by Flotation Technologies, Biddeford, ME or equal. The required delivery date is October 1, 2008. All quotes shall be FOB Destination to 808 Principal Court, Chesapeake, VA 23320. 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 52.212-2 Evaluation - Commercial Items (JAN 1999) The following factors shall be used to evaluate offers: Technical and past performance, when combined, are slightly more important than cost. FAR 52.211-6 Brand Name or Equal (AUG 1999) 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 Friday, September 12, 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 Monday, September 15, 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. Name Brand Justification for Flotation Technologies Trawl Resistant Bottom Mounts Replacement Parts  The Flotation Technologies® Trawl Resistant Bottom Mount model AL/200 is a standard bottom mount used to deploy oceanographic current measurement sensors for CO-OPS. These mounts consist of 4 parts; a cage for deployment, a float for recovery, a pod to hold the float until released, and a gimbal to hold the sensor in the mount. Some of the mounts in our inventory are missing these parts due to damage and loss during deployment. It is more cost effective to replace these parts than purchasing new mounts.  Under the current CO-OPS operating system any environmental monitoring sensor that has not been previously approved must be subjected to a series of tests to ensure the quality of the data produced by that sensor and the durability of that sensor for the intended use. These tests usually include bench testing using controlled conditions and physical measurement, controlled environmental testing to check a sensor's reliability under different conditions, and long term comparison testing with accepted sensors at multiple real world locations. These tests and the analysis of the resulting data take a large amount of time, money, and resources to conduct. Due to the immediate need of these replacement parts, any untested parts will not be considered.  These Flotation Technologies® Trawl Resistant Bottom Mount model AL/200 has been approved for use by CO-OPS and has been tested and fitted for our existing infrastructure. The AL/200 is designed to hold a Teledyne RD Instruments Acoustic Doppler Current Profiler.  CO-OPS stations are designed for optimal performance of the Flotation Technologies® Trawl Resistant Bottom Mount model AL/200.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c58da1de8d5bc6ce9d3f81ecfdfc7337&tab=core&_cview=1)
 
Place of Performance
Address: NOAA/National Ocean Service, Center for Operational Oceanographic Products and Services (CO-OPS), 808 Principal Court, Chesapeake, Virginia, 23432, United States
Zip Code: 23432
 
Record
SN01664914-W 20080911/080909223012-c58da1de8d5bc6ce9d3f81ecfdfc7337 (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.