Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

66 -- LASER SPECTROMETERS FOR CO2 AND CH4 MEASUREMENTS - RFQ RESPONSE FORMAT

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-09-RQ-0815DR
 
Archive Date
7/24/2009
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FORMAT COMBINED SYNOPSIS/SOLICITATION Laser Spectrometers for CO2 and CH4 Measurements (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-09-RQ-0815DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (IV) This solicitation is total small business set aside. The associated NAICS code is 334516. The small business size standard is 500. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 -Instrumentation capable of ambient atmospheric measurements from pressurized research aircraft, measuring CO2 and measuring CH4, both measurements meeting the technical specifications outlined below. Quantity: 1. Market Research indicates that one instrument is capable of doing both measurements (CO2 and CH4) or separate instruments can be purchased, one measuring CO2 and one measuring CH4. The government does not have a preference and will purchase the overall best value. (VI) Description of requirements is as follows: Specifications: Precise, accurate, and reliable airborne instrumentation for measuring atmospheric carbon dioxide (CO2) and methane (CH4) is necessary to better understand the sources, sinks, and distributions of these gases, the effects of anthropogenic activities on these quantities, and how these contribute to multiple air quality and climate-relevant issues facing the Nation. ESRL CSD has an immediate need for laser spectrometers for CO2 and CO4 measurements aboard the NOAA WP-3D pressurized research aircraft for use in the upcoming CalNex field project in May and June of 2010. The instrument(s) must have a demonstrated capability of 1 Hz (or faster) true time response to atmospheric variability. The true time response criterion is defined as the time, after a step change in mixing ratio, for the instrument(s) to quantify 99% of the step change, e.g., equivalent to a single exponential response time of 4.605 Hz or faster. The instrument(s) must be able to measure within a pressurized research aircraft operating in the altitude range from sea level to 25,000 feet, with a 1-sigma at 1-Hz minimum demonstrated precision of 0.2 ppmv (for CO2) and 1 ppbv (for CH4). They must be inherently linear in response to CO2 and CH4 throughout the atmospherically relevant range of mixing ratios. Given the unique constraints of aircraft limits on space and weight, the instrument(s) must each have an IEA rackmount size of 10" high or less and a rack weight of 70 lbs or less, exclusive of external pumps. The selected analyzer(s) must be deliverable within 3 months of receipt of order, for timely integration into the NOAA P-3 aircraft prior to the CalNex project in 2010. (VII) Required delivery 120 days ARO. Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide quotations on the RFQ format provided. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability - Demonstrate simplicity of use, operation, and history of performance aboard research aircraft. 2) Past Performance - the quotation shall include no fewer than two (2) references, including address, phone number, and point of contact, from users who recently been sold equivalent of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 3) Delivery - Delivery is required within 3 months of the contract award the quotation shall state delivery time. 4) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (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). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (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. __ (iii) Alternate II (Jan 2004) of 52.225-3. (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 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 electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 04:00 P.M. MST/MDT on July 23, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana.Romero@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-RQ-0815DR/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01879378-W 20090719/090718000312-55fd8cbf300b66c79e27f53b1cabf89b (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.