Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

66 -- Purchase of Acoustic Doppler Profiler

Notice Date
10/27/2008
 
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
RFQ09G000002
 
Response Due
11/7/2008
 
Archive Date
11/22/2008
 
Point of Contact
Lisa E. 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-09G-00002, 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 Acoustic Doppler Profiler for Underway and Moored Current Profiling in Shallow Water. The vendor shall provide equipment including all associated software, cables, and other equipment needed to meet the following specifications: The instrument and associated software shall: operate at >1000 kHz, profile currents in water depths up to 15 m., resolve currents accurately in shallow waters (<15 m) at a bin size of 25 cm or less (maximum of 40 bins, so larger bins are acceptable at highest depth range), resolve currents in 3-dimensions, be capable of bottom tracking in waters up to 15 m depth for use on an underway research vessel, be able to accept heading data from an external compass or gyro for use where magnetic interference from the vessel may reduce the accuracy of a compass installed within the instrument, be able to integrate positioning data (e.g., from GPS) into underway profile data,have a battery pack (internal or external) capable of powering in a moored application, as well as the ability to receive power from an external source (i.e. deck box). Note: if the battery pack is internal, it should not increase the size and profile of the instrument excessively, so as to impair underway operations by creating excess turbulence and drag, be mountable in a gimbaled trawl-resistant bottom mount and have pitch and roll sensors to correct for instrument orientation, be equipped with sufficient internal memory to store 15-minutely ensemble current velocity profiles of 30 bins for 3 months, be equipped with a pressure sensor to measure water depth. The post-processing / real-time processing software shall employ a graphical user interface to communicate with and/or operate the instrument, operate on a Windows XP or Vista platform, provide real-time current velocity data, including along-transect profiles of current velocity during underway sampling, provide for rapid and efficient quantification of discharge from a river or transport through a tidal channel. The vendor shall supply a minimum 25 m data cable to connect the instrument to a computer platform. Note: The vendor must provide evidence that clearly demonstrates that the Acoustic Doppler Profiler can meet or exceed the technical specifications identified and include descriptive literature to support the claim. Delivery of the instrument shall be FOB Destination (Shipping cost is to be included in the item price) within 60 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 is the lowest price technically acceptable offeror. 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 capability of the item offered to meet Government requirement and (ii) 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 Novermver 5, 2008. 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 roger.lisa@epa.gov or fax (850-934-2400) on/or before November 7, 2008 by 2:00 p.m Central.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34c9a6e7f1e6bcee0a3311e9b4ca332a&tab=core&_cview=1)
 
Place of Performance
Address: 1 Sabine Island Drive, Gulf Breeze, Florida, 32561, United States
Zip Code: 32561
 
Record
SN01696851-W 20081029/081027215032-34c9a6e7f1e6bcee0a3311e9b4ca332a (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.