Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOLICITATION NOTICE

66 -- Purchase of In-situ Hyperspectral Absorption Beam Attenuation Meter

Notice Date
10/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Research and Development, Gulf Ecology Division, 1 Sabine Island Drive, Gulf Breeze, Florida, 32561
 
ZIP Code
32561
 
Solicitation Number
RFQ-09G-00003
 
Response Due
10/29/2008
 
Archive Date
11/13/2008
 
Point of Contact
Lisa R. Rogers,, Phone: 850-934-9391
 
E-Mail Address
rogers.lisa@epa.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 FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSAL ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-09-G00003, and the solicitation is being issued as a Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The associated North American Industry Classification System (NAICS) code is 334519, which has a small business size standard of 500 employees. A firm, fixed-price contract is anticipated to result from the award of this solicitation. EPA has a requirement for a Contractor to provide an in-situ hyperspectral absorption and beam attenuation meter to quantify transmittance and spectral absorption of water with at least 4 nm resolution spanning a spectral range at a minimum of 400-730 nm. The instrument will be deployed in estuaries and waters typically designated as case II, or optically complex waters. The instrument must be capable of (1)being deployed in estuaries and waters typically designated as case II, or optically complex waters (2) measuring depth with a pressure sensor, (3) integrating with other hydrographic and optical instruments such as CTDs and fluorometers, (4) self contained deployments, including internal recording of data, and (5) running off of an included battery pack. The in-situ hyperspectral absorption and beam attenuation meter shall meet the following specifications: Powered by a rechargeable battery that can be recharged within three hours and under field conditions. Operate in both of 2 modes: (1) log data internally and (2) transmit data to the surface real-time via an underwater cable RS-232 interface. Have the capability to profile up to at least 100 m in seawater. Be housed in a durable external cage to protect all of the components from mechanical shock. Have the ability to integrate up to 3 additional serial data streams for integration with other instruments (i.e. CTDs and fluorometers). Pump for water sampling at a flow rate of at least 25 ml/second Data storage binary transfer via RS-232 communication All cables must be provided to interface between absorption and beam attenuation meter, battery, data storage, and computer. Capacity to power on/off with magnetic switch. The in-situ hyperspectral absorption and beam attenuation meter shall have highly accurate sensors of the following types with stated specifications: Absorption and beam attenuation sample rate of at least 4 scans per second. Operational temperature range of at least 0 to 30 degrees C. Pressure sensor to resolve high resolution shallow profiles ranging from 0 to 100m. Absorption and beam attenuation spectral range as a minimum of 400-730 nm with 4nm resolution and +/-0.01 m -1 accuracy. Absorption and beam attenuation dynamic range as a minimum of 0.001 to 10 m -1. All software needed to run the instrument shall be supplied, and must be Windows based for Microsoft XP and/or Vista. Delivery of the instrument shall be FOB Destination (Shipping cost is to be included in the item price) within 30 days after receipt of an order. Delivery, inspection and acceptance will be at the U.S. EPA, 1 Sabine Island Drive, Gulf Breeze, FL 32561. Evaluation - The Government intends to issue a fixed price purchase order resulting from this solicitation to the responsive, responsible offeror whose quote represents the best value to the Government, price and other factors considered. The following factors, in order of importance, will be used for evaluation purposes: (1) Demonstrated Technical Acceptability - The vendor must provide evidence that clearly demonstrates that the in-situ hyperspectral absorption and beam attenuation meter can meet or exceed the technical specifications identified and include descriptive literature to support the claim. (2) Past Performance - Offers shall be evaluated on performance under existing and prior contracts/subcontracts/orders for same/similar product to that described in the Statement of Work. For each project/contract/order, offerors must include in their offer: (1) a list of contracts performed within the last three (3) years and those in process for a same/similar product and (2) brief synopsis which includes the date the product was delivered and the client for whom received the product (include client name and telephone number). The Government's evaluation shall focus on the quality of product timeliness of delivery and level of customer satisfaction. Evaluation - (3) Price Contractors must meet all specifications in order to be considered for award. The government anticipates award using simplified acquisition procedures of a contract resulting from this RFQ to the responsive/responsible offeror whose offer conforms to the RFQ and offers the best value. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at 52.2 12-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (I) Technical acceptability of the item offered to meet Government requirement (ii) past performance and (iii) price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http ://www.arnet.gov/far/. Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.2 15-5 paragraph (b), the following additional clauses apply to this acquisition: 52.2 19-6 Total Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies ; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM In addition these US EPA EPAAR Clauses are applicable to this synopsis/RFQ: 1552.211-79 Compliance with EPA Policies for Information Resources Management; and 1552.233-70 Notice of Filing Requirements for Agency Protests. These clauses may be found on the Internet at the following site: http://www.epa.gov/oam/ptod/epaar.pdf. All questions shall be forwarded via email to the Contract Specialist at the following email address: rogers.lisa@epa.gov, no later than October 19. If you obtain a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments. All responsible sources may submit a quotation via e-mail to rogers.lisa@epa.gov or fax (850-934-2400 on/or before October 29, 2008 by 2:00 p.m Central.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7b862f1a8f1b42ce8b319440b0dff22&tab=core&_cview=1)
 
Place of Performance
Address: 1 Sabine Island Drive, Gulf Breeze, Florida, 32561, United States
Zip Code: 32561
 
Record
SN01691436-W 20081016/081014220001-a7b862f1a8f1b42ce8b319440b0dff22 (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.