Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

N -- Williwaw Creek Salmon Cam - Contractor Performance Data Sheet

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-09-0061
 
Point of Contact
Denise M. Murphy, Phone: 907-743-9531, Bette E Welch, Phone: 9077439566
 
E-Mail Address
denisemurphy@fs.fed.us, bewelch@fs.fed.us
(denisemurphy@fs.fed.us, bewelch@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Performance Data Sheet to be submitted with quote. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0120-S-09-0061 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This is a small business set-aside with an associated NAICS code of 238210 and small business size standard of $14 million dollars. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 001 Equipment and materials 002 Labor for installation Option 001 Radio IP modem Description of requirements for the items to be acquired The Chugach National Forest – Glacier Ranger District is initiating a project that will give anyone with internet access the opportunity to view real-time video of migrating and spawning salmon through a 360° underwater camera and a wide angle underwater camera. These cameras shall be placed in Williwaw Creek, in Portage Valley, at the site of the Williwaw Salmon Viewing Platform. Power to run the system will be generated using wind and an internet network access point is only about 150 feet away. The primary goal of this project is to provide live internet-accessible footage of spawning salmon in Williwaw Creek from about late July through September each year. Network access will be coordinated by the Forest Service through a partnership with a local internet provider. However, the remainder of the project’s system installation and start up operations are the goal of this acquisition. The Forest Service’s expectations for this video system include the need for a wind-powered generator adequate to run the cameras and charge a set of deep cycle batteries, simultaneously. Noise from the generator shall be minimized, especially during high wind events, due to the proximity to a campground. Batteries shall have adequate capacity to run the system for at least seven (7) days in the event that recharging doesn’t occur due to lack of wind. The video cameras shall be rated for underwater use and shall provide a quality color picture during daylight hours. Video cameras may be attached to existing pilings under the viewing platform and mounting hardware shall be sufficient to keep cameras in place in the event of higher water. The need for artificial lighting is not expected. Every component of this system shall maintain integrity and function properly under the environmental conditions common in Portage Valley – strong winds, occasionally near 100 mph, heavy rain, and extreme cold during the winter. Cameras shall be mounted so they can be removed for winter storage. If batteries cannot be removed from their storage box, they shall be capable of over wintering in storage box without being damaged by cold temps. Extent of warranties and contractor’s customer service once the system is in place should be specified and included with quote. Technical Requirements A. TOWER: Three sided, climbable tower appropriately sized to handle load and of adequate height for proper wind turbine operation. The base section shall be cemented into the ground and the tower shall be installed according to at least the manufacturer’s recommendation. The tower shall be painted olive and tan to blend into the natural environment. Due to the sensitive natural resources in the area, the U.S. Forest Service will provide earth moving equipment and operators for the installation of the tower mount, anchors and batteries. The contractor shall provide, with their proposal, the specifications for the tower mount and anchors. B. TURBINE: One (1) wind turbine capable of generating the necessary power to run the specified equipment (cameras, networking equipment, radio, etc.) and simultaneously recharge the batteries in a timely manner shall be installed on the tower. A charge controller (Xantrex C-series or equivalent) shall be installed to manage excess power from the turbine. C. WIRING: All wiring shall be selected, sized and installed to the appropriate standards (IEEE, etc.). Wiring on the tower and outside of an enclosure shall be appropriately selected (flooded core, etc.) and shall have waterproof connections installed. Where appropriate to protect equipment, fuses or breakers shall be installed. D. BOX: Batteries and associated equipment shall be installed in a metal locking storage box (Jobox brand style or equivalent). The box shall be of a natural color. Equipment that will not be installed in the locking box, such as cameras, shall be noted on the proposal. E. NETWORK: T1 access is available on the Northeast corner of the bridge. The USFS is currently in the process of negotiating service with a local carrier for service. The appropriate cable from the pedestal to the fish viewing platform will be provided by the USFS. The contractor shalll provide all the necessary equipment to use a T1 connection (modem, router, switch, etc.). Radio IP modem OPTION: Tower and site shall be pre-wired (data & POE) and ready to install an Esteem 195Eg Radio modem and antenna. The purchase of the modem and antenna, as well as the configuration of the modem, are contract options. F. RADIO: (OPTION) An Esteem 195Eg radio modem, antenna and other equipment required to provide a radio based IP connection from the Williwaw Fish Viewing Platform to the Begich, Boggs Visitor Center (BBVC). This option shall include any additional equipment or configuration necessary on the BBVC side to seamlessly establish a useable connection. G. BATTERIES: Shall be heavy duty deep cycle batteries adequately sized to power equipment for at least one (1) week without fully discharging the batteries. H. CAMERAS: The cameras shall be installed appropriately with all necessary equipment (POE, wiring, mounts, etc.) One (1) mobotix Q22M camera, or equivalent, in an underwater enclosure rated no less than five (5) feet. One (1) underwater wide angle 30fps IP addressable camera system rated no less than five (5) feet. The system shall be designed and pre-wired to handle a third camera (mobotix or equivalent) camera mounted near the top of the tower at a future date. I. MISCELLANEOUS: The following shall be provided by the contractor – Manuals, warranties, and any other paperwork provided with equipment. All software provided with equipment and configuration backup files Site design diagrams The date for delivery is 30 days after receipt of order. Shipping terms are FOB Destination. The provision 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference: 452.211-70 Brand Name or Equal. (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) 452.211-71 Equal Products Offered. (NOV 1996)(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): Brand Name or Equal Products identified by the Government in this solicitation: charge controller, Xantrex C-series and Mobotix Q22M camera Offered Product Name: ________________________________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: i.) Technical capability and experience of the contractor and technical capability of the equipment offered to meet the Government requirement; ii) Past Performance and extend of warranty offered for equipment and installation, capability to provide customer support after installation, and iii) Price. Technical, past performance and extend of warranty and customer support after installation, when combined are significantly more important than price. AGAR 452.237-71 PRE-PROPOSAL CONFERENCE (FEB 1988) (a) The Government is planning a pre-proposal conference, during which potential offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions, in writing, prior to the conference. Questions will be considered at any time prior or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. (d) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions o the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. (e) The conference will be held at the Williwaw Salmon viewing area starting at 10 am on 8 July 09. Directions to the Williwaw Salmon viewing area: from Anchorage drive south on the New Seward Highway approximately 52 miles to the Whittier/Portage Valley access road and then about four miles to the viewing platform. NOTE: Please send an email to denisemurphy@fs.fed.us if you plan to attend the conference. All offerors must provide a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision may be found and printed from www.arnet.gov/far/. Offerors shall also complete a Contractor Performance Evaluation Sheet for each project of a similar nature performed in the last two (2) years. FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. LANDSCAPE PRESERVATION The Contractor shall give attention to the effect of contract operation upon the landscape, shall take care to maintain natural surroundings undamaged, and shall conduct the work at all times in compliance with the following requirements. a. Prevention of the Landscape Defacement. The Contractor shall not remove, deface, injure, or destroy trees, shrubs, lawns, or other natural features or any other improvements in the work area unless specifically authorized by the Contracting Officer. Unless otherwise provided herein, the Contractor shall confine contract operations to within the areas designated in contract documents. b. Protection of Streams, Lakes, and Reservoirs. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes, small ponds, and reservoirs with fuels, oils, bitumens, calcium chloride, silt, or other harmful materials. Mechanical equipment shall not be operated in live streams without written approval of the Contracting Officer. FINAL CLEANUP Before final acceptance, all areas occupied by the Contractor in connection with the work shall be cleaned of all contractor’s rubbish, excess materials, temporary structures, and equipment, and all parts of the work area shall be left in a neat and presentable condition. FAR Clause “52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items” (MAY 2009) and the following clauses were selected as applicable to the acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009)(22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)(42 U.S.C. 8259b). (32) (i)52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169), (ii) Alternate I (Jan 2004) of 52.225-3. (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s., proclamation and statutes administered by Office of Foreign Assets Control for the Department of Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (EO 13201). (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is 15 July 2009 at 2 pm Alaska time. Vendors may submit their proposal electronically as long as the file does not exceed 5 MB. Vendors may also fax their proposal to 907-743-9492 or mail it to US Forest Service, 3301 C Street, Suite 300, Anchorage AK 99503. In accordance with FAR 52.212-1, electronic submissions are due by 5 pm on 14 July 09. Contact Denise Murphy for information regarding this solicitation at denisemurphy@fs.fed.us or telephone number 907-743-9531. NOTE: By registering in the Federal Business Opportunities website, vendors can request automatic notification, via email, of any changes to this notice. In order to be eligible to receive any contract award, vendors must be registered in the Central Contractor Registration (CCR). Vendor may also register in the Online Representations and Certifications Application (ORCA). To register your firm in the CCR system, go to: http://www.ccr.gov. To register your firm in the ORCA system, go to: http://www.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-09-0061/listing.html)
 
Place of Performance
Address: Williwaw Creek, Portage Valley, Alaska, Anchorage, Alaska, 99503, United States
Zip Code: 99503
 
Record
SN01864591-W 20090704/090703000931-b429b9e1720d57d55b7b03803e911bf6 (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.