Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

66 -- Recovery-Earthquake and volcano monitoring equipment

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS PO BOX 25046 MS204ADENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
09CRSS0024
 
Response Due
8/19/2009
 
Archive Date
8/3/2010
 
Point of Contact
JOHN ARNOLD CONTRACT SPECIALIST 3032369345 ;<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
Recovery-Earthquake and Volcano monitoring equipment The Department of the Interior, U.S. Geological Survey (USGS), has a requirement for earthquake and volcano monitoring equipment which includes sensors, data acquisition units, data acquisition systems and software to record strong ground shaking. Also included is equipment maintenance services for repairs and upkeep. It is anticipated that the place of performance will be at the contractor's facilities. The Government anticipates award of multiple commercial, Indefinite Delivery/Indefinite Quantity type contracts. Funds will be obligated through the issuance of fixed-price delivery orders. The procurement is anticipated to include a period of performance of 12 months for the basic contract and four 12 month option periods. The solicitation and any documents related to this procurement will be available on the internet on or about August 28, 2009 with proposals being due on or about September 18, 2009. The offeror is responsible for monitoring this site for the release of the solicitation and amendments (if any). A formal solicitation, statement of work, and technical exhibits are not available for release at this time. This requirement is being issued as full and open competition. However, one award will be reserved for small business (SB). It is anticipated a minimum of four awards will be made plus one SB award. In the event there are no SB offerors found to be qualified or the pricing cannot be mutually agreed upon, the SB award will not be made. The maximum total dollar amount to be awarded for all contracts under these ID/IQ contracts will not exceed the threshold of $25,000,000 over the five year period. The applicable North American Industry Classification System (NAICS) Code is 334513 and the size standard is 500 employees. There is not an incumbent contractor. NOTICE: One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Full or partial funding for requirements to be completed by resultant contract award(s) may utilize funds provided by the American Recovery and Reinvestment Act (the Act). Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. All questions and concerns may be submitted to the Contract Specialist via email at jarnold@usgs.gov. (ATN #SE0004A) TAS 14 0803
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09CRSS0024/listing.html)
 
Record
SN01896670-W 20090805/090803235102-23902b943863c2d638ce04e04a5e84ba (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.