Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

58 -- Quantity of seven GPS telemetry collars (radio collars) for use on tracking the general movements of elk during and after aerial surveys for a long-term study

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9504090004
 
Response Due
8/4/2009
 
Archive Date
7/31/2010
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. Request for Quote Q9504090004 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written quotations only; oral quotations will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This proposed procurement is unrestricted; all responsible sources may submit a quotation that shall be considered by the agency. The North American Industrial Classification Standard (NAICS) code is 334419, with a Small Business Size Standard of 500 employees. This solicitation will result in award of a firm, fixed-price contract. The National Park Service has a requirement for delivery of GPS telemetry collars that will allow researchers to remotely download GPS telemetry data from free-ranging elk, and gather data on sightability of elk during aerial surveys for use in designing elk monitoring protocols. The objective of this project is to determine population distribution of Roosevelt elk during times of the year that the National Park Service conducts aerial surveys of abundance. To meet that project objective, specialized GPS telemetry equipment is required that allows the researchers to communicate with radio collars remotely. Bidirectional communication with the GPS collar (i.e. researcher to collar AND collar to researcher) is required so that researchers may remotely and on-demand both retrieve data that is stored aboard the GPS collars and to change the scheduling of GPS radio-collars. The GPS collars shall be delivered no later than September 8, 2009. The collars are needed for air surveys scheduled to start September 15, 2009. TECHNICAL CAPABILITY: The government already has on hand 3 radio-receivers in the specified frequency range and two handheld terminals for UHF radio communication with Vectronic Aeropace GPS Plus series radio-collars. If the contractor's proposed collars are not immediately compatible with the existing Vectronic Aeropace GPS Plus hand-held UHF communications terminals, then contractors shall specify in quote the type of software and hardware needed to program collars, retrieve data, process data, and reschedule radio-collars. The collars need to be able to collect and transmit data for greater than 5 years. The GPS collars must be less than approximately 1200g and have sufficient battery capacity to acquire at least 9000 telemetry locations under less than ideal conditions (eg. Terrain and vegetation interferes with GPS reception and the unit searches for satellites for 180 seconds). The GPS collars must have bi-directional remote communications systems so that 1) data may be downloaded from the collars remotely on demand 2) there is built in error checking so that we can be assured that we are getting the complete and accurate dataset, and 3) data remains stored in the collar until it is retrieved. In addition the communication device must allow new telemetry schedules to be uploaded to the collars remotely. This is a long term study, therefore it is required that the radio-collars function reliably for no less than 5 years. SPECIFICATIONS : 1) Mortality sensor 2) Long range Bi-directional communication-Ability to download data with error checking function in data transmission-Complete and accurate data downloads-Ability to reschedule radio-collars on demand-Data includes: animal location, fix date and time, fix accuracy-Transmitted data not erased from collar memory3) Multiple color, high visibility, radio collars for use in re-sight surveys (eg yellow, blue, white, orange).4) Battery life for no less than 5 years with schedule of 4 fixes per day and no less than 180 seconds for fix acquisition at 0C.5) Software to enable easy translation of data into ASCII, Google Earth, and spreadsheet or relational database (DBASE) formats PRICE SCHEDULE: Provide price quote that includes 1) the GPS collars (price per each and any quantity discounts available, including delivery F.O.B. Destination), and 2) all other software and hardware needed to program collars, retrieve data, process data, and reschedule radio-collars. If the contractor's proposed collars are not immediately compatible with the existing Vectronic Aeropace hand-held UHF communications terminals, then contractors shall specify in quote the type of software and hardware needed to program collars, retrieve data, process data, and reschedule radio-collars. The Government will purchase as many collars as funds will allow, estimated quantity ranging from five to ten each, or more, depending upon the unit price quoted per collar and the required delivery date of September 8, 2009. DELIVERY: The GPS collars shall be delivered no later than September 8, 2009. Delivery of the collars shall be arranged by the contractor and shall be F.O.B. Destination to Olympic National Park, 600 East Park Avenue, Port Angeles, Washington 98362-6757 CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) price, and (2) technical capability of the item offered to meet the Government requirement, and (3) delivery lead time. Technical capability and delivery lead time shall be considered significantly more important than price. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. and includes the following clauses: 52.222-50 Combating Trafficking in Persons; 52.233-03 Protest After Award; 52.233-04 Applicable Law for Breach of Contract Claim; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-29 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act, Alternate I; 52.225-03 Buy American Act - Free Trade Agreements - Israili Trade Act, Alternate I; 52.225-13 Restricitons on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.247-34 F.o.b. Destination. All offerors must be registered in the Central Contractor Registration database. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than Tuesday, August 4, 2009, 4:00 p.m., Pacific Daylight Time. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362 or send by facsimile to (360) 565-3018. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9504090004/listing.html)
 
Place of Performance
Address: Deliver to: Olympic National Park, 600 East Park Avenue, Port Angeles, Washington 98362-6757<br />
Zip Code: 983626757<br />
 
Record
SN01894528-W 20090802/090731235130-206c5ec1bd9a3576cddde531ba94ada4 (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.