Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2008 FBO #2587
SOLICITATION NOTICE

66 -- RM Young Wind Monitors

Notice Date
12/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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-09-RQ-0152
 
Archive Date
1/20/2009
 
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-09-RQ-0152 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 334519 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 thirteen each RM Young Wind Monitor Model 05103-45 Item 0002: Option item to purchase up to thriteen each additional RM Young Wind Monitor Model 05103-45, as identified in item 0001 for a period of up to one year from date of award. The required delivery date for items 0001 is February 27, 2009. All quotes shall be FOB Destination to: 672 Independence Parkway, 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 52.217-7, 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, January 5, 2009. 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, January 7, 2009. 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 RM Young Wind Monitors Replacement Parts • The RM Young Models 05103 and 05103-45 Wind Monitors are the standard wind monitoring sensors used at CO-OPS environmental monitoring stations on the Atlantic coast below the Mason-Dixon Line, the Gulf of Mexico, the Caribbean, and throughout the Pacific. Implementing different sensors in place of the current sensors will result in additional cost and resources. Also, there will be resulting delay for testing, training, and purchase of support equipment. • 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. • These RM Young Models 05103 and 05103-45 Wind Monitors are tied to a series of data collection software and existing infrastructure and are replacements in kind due to a high consumable rate as a result of where they are positioned on piers, buoys, etc. • CO-OPS stations are designed for optimal performance of the RM Young Models 05103 and 05103-45 Wind Monitors. A change of sensor type will result in a need to redesign the existing stations to accommodate the new sensor. • CO-OPS cannot risk the possibility of new mounting hardware to be developed and purchased to mount a new sensor. • The data collection platforms at CO-OPS stations are programmed to collect data from the RM Young Models 05103 and 05103-45 Wind Monitors. If a new sensor is implemented additional cost for software development will be required. • Currently CO-OPS field personal and contractors are trained in the use and maintenance of the RM Young Models 05103 and 05103-45 Wind Monitors. Additional cost will incur from having to train field personal and contractors on the use and maintenance of a new sensor. • Using another type of sensor will require the purchase of additional equipment so that the field crews can support multiple sensor types in a given region. • CO-OPS also has the ability and necessary equipment to calibrate and repair the RM Young Models 05103 and 05103-45 Wind Monitors. If a new sensor is implemented new equipment for that sensor will need to be purchased and training will be needed for those tasked with this duty.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=487baf02a805b3214f2951d502e1b0dd&tab=core&_cview=1)
 
Place of Performance
Address: NOAA/NOS/Center for Operational Oceanographic Products and Services (CO-OPS), 672 Independence Parkway, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN01724132-W 20081226/081224213800-6d4ba2cec156795975b217f599906778 (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.