SOLICITATION NOTICE
66 -- RECOVERY - DIGITAL BOREHOLE TILTMETER
- Notice Date
- 11/5/2009
- Notice Type
- Presolicitation
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 10WRQQ0034
- Response Due
- 11/19/2009
- Archive Date
- 11/5/2010
- Point of Contact
- DANNY TOLIVER CONTRACT SPECIALIST 9162789442 ;
- 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 - DIGITAL BOREHOLE TILTMETER The Department of the Interior, U.S. Geological Survey (USGS), Hawaii Volcano Observatory has a requirement for ten (10), high-precision, digital, self-leveling borehole tiltmeters for delivery to Hawaii National Park, Hawaii. The minimum required specifications for the tiltmeter are as follows: Outputs: 2 orthogonal components of tilt; temperature; clock time; input voltage. Unit must be able to output data while sampling. Resolution: Less than 5 nanoradians; sub-microradian resolution at one-second sample rate under controlled conditions. Measurement Range: At least +/-300 microradians.Self-leveling: At least +/-10 degrees range; on remote command. Sample Rates: User-selectable; must be able to sample at rate of at least one sample/sec, with higher precision available by averaging more samples over greater time.Data Formats: At least simple ascii (x,y, temperature, time, voltage).Data Storage: At least 2 Mb, cyclic.Output Type: Serial output acceptable.Clock: Accuracy better than 10 minutes/year.Power: Must be able to operate on 12V DC power supply.Dimensions: No larger than 65 mm diameter.Material: Stainless steel. The Government anticipates award of a commercial, Firm-Fixed Price type contract. The delivery date is anticipated to be 60 days after award of the contract. In accordance with the requirements of FAR 5.102(a)(1) and FAR 5.207(c)(11), a written Request For Quotation (RFQ) and any documents related to this acquisition will be issued in accordance with the procedures of FAR Part 12, Acquisition of Commercial Items, and will be available on the internet on or about 20 November 2009. The offeror is responsible for monitoring this site for the release of the request for quotation and amendments (if any). A formal request for quotation is not available for release at this time. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. This requirement is unrestricted. The applicable North American Industry Classification System (NAICS) code is 334518 and the size standard is 500 employees. There is no incumbent contractor. Full or partial funding for requirements to be completed by resultant contract award(s) will utilize funds provided by the American Recovery and Reinvestment Act of 2009 (the 'Act'), Public Law 111-5. 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 firms must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov, as well as, the Online Representations and Certifications Application (ORCA) to be considered for award. All questions and concerns may be submitted to the Contract Specialist, Danny Toliver, via email at dtoliver@usgs.gov. (ATN: SV0002X)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0034/listing.html)
- Place of Performance
- Address: HAWAII NATIONAL PARK, HAWAII
- Zip Code: 96718
- Zip Code: 96718
- Record
- SN01999178-W 20091107/091106000154-568cf933317cafcfcbbe39792f4c489f (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 |