Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
MODIFICATION

66 -- Nortek Aquadopp Profiler, transducer head, sensors, cables, etc.

Notice Date
8/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
EA133C-09-RQ-0827
 
Point of Contact
Sandra Bennett, Phone: 757-441-3413, Margaret Rankin, Phone: 757-441-6526
 
E-Mail Address
Sandra.Bennett@noaa.gov, Margaret.A.Rankin@noaa.gov
(Sandra.Bennett@noaa.gov, Margaret.A.Rankin@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment to Solicitation #EA133C-09-RQ-0827 - Item numbers 0001 and 0010 are changed to read a quantity of 4 each in both line items. No other changes are made to this solicitation. The closing date is not extended. 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-0827 is issued as a Request for Quotation (RFQ). The resulting order will be awarded as a Firm-Fixed Price Purchase Order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) Code is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of 750 employees. The U.S. Dept. of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Operational Oceanographic Products and Services (CO-OPS) requires the following items: Schedule of Supplies/Services: Item 0001: Quantity of 4 Each Nortek Aquadopp 1 MHz Profiler with symmetric transducer head, 9 MB of memory on motherboard, 100 m pressure sensor, temperature sensor, compass sensor, tilt sensors, 4-m polyurethane cable with 8-pin connector, RS-232 + analog in (8-pin only), extended pressure housing with 100Wh Alkaline internal battery pack, and a 9 16VDC operating voltage Item 0002: Quantity of 4 Each Nortek 13.5V 50 Wh Alkaline battery pack, 10 pack Item 0003: Quantity of 12 Each Nortek 4-m polyurethane cable with 8-pin connector Item 0004: Quantity of 1 Each Nortek 5-m polyurethane cable with 8-pin connector Item 0005: Quantity of 3 Each Nortek 3-m test cable with 8-pin connector Item 0006: Quantity of 20 Each Nortek ATON wiring harness box kits Item 0007: Quantity of 7 Each Nortek radio modem kit w/power saving board, 1 Watt 900 MHz Item 0008: Quantity of 2 Each Nortek radio modem kit, 0.1 Watt, 900 MHz Item 0009: Quantity of 1 Each Nortek radio modem kit, 0.05 Watt, 2.4 GHz Item 0010: Option Item to purchase up to 4 each additional Aquadopp Profilers as identified in Item 0001 at the same unit cost for a period of up to one year from the date of award Item 0011: Option Item to purchase up to 4 each additional 10 packs of 50 Wh Alkaline battery packs as identified in Item 0002 at the same unit cost for a period of up to one year from date of award Item 0012: Option Item to purchase up to 12 each additional 4m polyurethane cables as identified in Item 0003 at the same unit cost for a period of up to one year from date of award Item 0013: Option Item to purchase up to 1 each additional 5m polyurethane cables as identified in Item 0004 at the same unit cost for a period of up to one year from date of award Item 0014: Option Item to purchase up to 3 each additional 3-m test cables as identified in Item 0005 at the same unit cost for a period of up to one year from date of award Item 0015: Option Item to purchase up to 20 each additional wiring harness box kits as identified in Item 0006 at the same unit cost for a period of up to one year from date of award Item 0016: Option Item to purchase up to 7 each additional Radio modem kits as identified in Item 0007 at the same unit cost for a period of up to one year from date of award Item 0017: Option Item to purchase up to 2 each additional Radio modem kits as identified in Item 0008 at the same unit cost for a period of up to one year from date of award Item 0018: Option Item to purchase up to 1 each additional Radio modem kits as identified in Item 0009 at the same unit cost for a period of up to one year from date of award 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 with the same force and effect as if they were given in full text: FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) with addenda: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certification-Commercial Items (June 2009) NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (f) with quote. FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) with Addenda: CAR 1352.201-70 Contracting Officer's Authority (Mar 2000) CAR 1352.201-71 Contracting Officer Technical Representative (COTR) (Feb 2005) (To be provided in contract award) CAR 1352.208-70 Printing (Mar 2000) CAR 1352.209-72 Restrictions Against Disclosure (Mar 2000) CAR 1352.209.73 Compliance With The Laws (Mar 2000) CAR 1352.215-73 Inquiries (Mar 2000) CAR 1352.216-70 Contract Type (Mar 2000) (Fill-in: Firm-Fixed type contract for supplies CAR 1352.233-70 Harmless From Liability (Mar 2000) CAR 1352.233-71 Service of Protests (Mar 2000) (Fill-in: Department of Commerce, NOAA, ERAD, Attn: Margaret Rankin, 200 Granby Street, 8th Floor, Norfolk, VA 23510) CAR1352.252-71 Regulatory Notice (Mar 2000) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (June 2009) (Fill-in: Part B, Check items 1, 2, 8, 19, 20, 21, 22, 23, 24, 26, 29, 31, 32 Alt I, 33, 34, and 39 FAR 52.217-5 Evaluation of Options (July 1990) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): Upon request, the Contract Specialist will make their full text available. Also, the full text of a clause may be accessed electronically at the/these addresses: http://www.gov/far and http://oam.ocs.doc.gov/CAPPS_car.html. 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. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Award will be made to the responsible, responsive offeror whose offer will result in the lowest acceptable price. Quotes must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 2:00PM EST on August 21, 2009. Offers may be faxed to 757-441-3786 or sent electronically to Sandra.Bennett@NOAA.Gov. Anticipated award date is on or about September 10,2009. Quotes are to remain effective for 60 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 Sandra.Bennett@NOAA.Gov or faxed to 757-441-3786. Telephonic requests will not be honored. Name Brand Justification for Nortek Items The Nortek ATON systems consists of various components and sensors and are part of the Physical Oceanographic Real-Time Systems (PORTS®) maintained by the Center for Operational Oceanographic Products and Services (CO-OPS) on the East Coast and throughout the Gulf Coast. The Nortek ATON System is an integration of an acoustic Doppler current profiler and a specially designed data transmitting device/power system that provides real-time data to a shore station. A specially designed mounting frame called the "Clamparatus", secures the system components to standard USCG Aid-to-Navigation (ATON) buoys. The acoustic Doppler current profiler used in ATON systems are the Nortek Aquadopp 1 MHz Profilers. The data transmitting device/power systems used on ATON systems include the 1W 900MHz Radio modem kit, 0.1 W 900 MHz radio modem kit, and the 0.05 W 2.4 GHz radio modem kit which are used based on the location in which the ATON system is to be deployed. The Nortek Aquadopp 1 MHz Profiler is internally powered by the 13.5V 50 W Alkaline battery pack. The Profiler is connected to the data transmitting/power system using the 4-m and 5-m polyurethane cables and the ATON wiring harness box kits. The 3-m test cable is used to interface with the Profiler and calibrate the system. Under the current CO-OPS operating system any environmental monitoring equipment or sensor that has not previously been approved must be subjected to a series of tests to ensure the quality of the data and the durability of the equipment for the intended use. These tests usually include bench testing using controlled conditions, controlled environmental testing to check a sensor's reliability under different conditions, and long term comparison testing with accepted equipment 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. The data collection platforms at CO-OPS stations are programmed to collect data from the Nortek ATON systems. If a new sensor or components are implemented additional cost for software development will be required. CO-OPS has developed extensive documentation on the setup and procedures for maintaining ATON systems. If different components or sensors are purchased this documentation will need to be rewritten to include the new equipment. Currently CO-OPS field personal are trained in the use and maintenance of the Nortek Aquadopp equipment and sensor. Additional cost will incur from having to train field personal on the use and maintenance of new equipment. Using another type of sensor or other types of components would require redesigning the "Clamparatus" to accommodate the new equipment. 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 equipment to calibrate and repair the systems and components in this purchase. If new equipment is purchased additional parts and equipment will need to be purchased to support the new equipment. Additional training will also be required for those tasked with calibrating and repairing this equipment. Implementing different components and sensors into these systems will result in additional costs and resources. There will also be a resulting delay for testing, training, and purchase of support equipment. Therefore, only Nortek Aquadopp components and sensors are compatible with the existing Nortek ATON System maintained by CO-OPS on the East Coast and throughout the Gulf Coast.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/EA133C-09-RQ-0827/listing.html)
 
Place of Performance
Address: Department of Commerce, NOAA/NOS/Engineering Division/N/OPS1, 672 Independence Parkway, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN01908654-W 20090814/090813000227-c30190922f306a0227d5b95793f126e7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.