Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

52 -- NOISE MONITORING EQUIPMENT

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80462
 
Response Due
5/27/2010
 
Archive Date
5/19/2011
 
Point of Contact
Mai Dailey Contract Specialist 3034452446 mdailey@usbr.gov;
 
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
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NOISE DOSEMETER & SOUND LEVEL METERS 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 and in accordance with the Simplified Acquisition Procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number #R10PS80462 being issued as a Request for Quotation (RFQ). This is a name brand requirement. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, dated April 13, 2010. (iv) This solicitation is a total small business set-aside. The associated NAICS Code is 423450. The Small business size standard is set at 100 employees or less. (v) This combined synopsis/solicitation is for the following commercial item(s): CLIN 001: SLM:CR:110AIS Intrinsically Safe doseBadge Personnel Noise Dosimeter with no cables, no controls, no display, non-exposed microphone, Infra-red to SLM RC:110A. Quantity: 5. CLIN 002:SLM:RC:110A, control unit and acoustic calibrator for SLM CR:110AIS doseBadges, conforms to IEC 60942:2003 Class 2 acoustic calibrator standard, stores up to 999 measurements; USB output. Quantity 1. CLIN 003: SLM CU:110A, 5 station doseBadge charger. Quantity 1. CLIN 004: SLM CU:195A, AC power adapter for SLM CU:110A. Quantity 1. CLIN 005: SLM SP:131, mounting kit for SLM CR:110AIS doseBadge. Quantity 5. CLIN 006: SLM UA:110, heavy duty windshield. Quantity 5. CLIN 007: USB 2.0 cable. Quantity 2. CLIN 008: SLM IM2200-X0002, watertight case with padded dividers. Quantity 2. CLIN 009: SLM SW:dBlink, dBlink3 Software CD, for unlimited user licenses, and free downloadable upgrades. Quantity 1. CLIN 010: doseBadge User Manual. Quantity 1. CLIN 011: SLM CR:161C, optimus class 1 sound level meter with 1:1 real time octave band filters, with measurement range of 20dB to 140dB RMS single range, frequency weightings of RMS & Peak: A, C, and Z measured simultaneously, fast, slow, and impulse measured simultaneously, high resolution OLED with ambient light sensor, 4GB memory with up to 10,000 measurements stored, time history date rates of 10ms, 62.5 ms, 125ms, 250 ms, sec, 1 sec, or 2 sec user selectable, with voice tag audio recording of 30 sec of audio notes attached to each measurement, and 3 simultaneous 'virtual' noise meters. Quantity 1. CLIN 012: SLM CR:515, class 1 acoustic calibrator. Quantity 1. CLIN 013: SLM UA:237, heavy duty windshield. Quantity 1. CLIN 014: SLM SW:NoiseTools software CD for unlimited user licenses. Quantity 1. CLIN 015: Optimus sound level meter user manual. Quantity 1. CLIN 016: RC101A, keyfob remote control for SLM CR:110AIS doseBadge. Quantity. 1 (vi) Description of requirements for the items to be acquired: See section v. (vii) Required delivery 30 days after receipt of order. Delivery shall be FOB Destination to Bureau of Reclamation, 6th & Kipling St., Denver Federal Center, Bldg 67, Entrance E-3, Denver CO 80225-0007. (viii) The following provisions are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial; (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on the following factors. Offers will be evaluated on:(1) Ability to meet the required delivery date of 30 days after receipt of order, quote shall include delivery date; (2) Ability to provide the lowest price quote meeting the technical requirement set forth above, quote shall include all pricing for all line items, including shipping; The Government reserves the right to make an award without discussion. The Government reserves the right to award on all or none basis. (x) The offeror must have submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 https://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) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) In accordance with 12.603(c)(2)(xii), the following FAR clauses are incorporated in this solicitation and any resultant contract through clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II: 52-219-6, Notice of Small Business Set Aside; 52-222-3, Convict Labor; 52-222-19, Child Labor; 52-222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52-232-33 Payment by Electronic Fund Transfer. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these and any clauses may be accessed electronically at http://acquisition.gov/far/index.html. (xiii) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xiv) Quotes are required to be received no later than 12:00 pm Mountain Standard Time, Thursday, May 27, 2010, and must include the following: Company name, address phone numbers, DUNS number, CAGE code, itemized quote. Quotes shall be delivered via email to mdailey@usbr.gov. (xv) Any questions regarding this solicitation shall be directed to Mai Dailey at mdailey@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6d587e7a89c2900b18adf08e673d03f)
 
Place of Performance
Address: DENVER FEDERAL CENTERPO BOX 250007DENVER, CO
Zip Code: 802250007
 
Record
SN02154036-W 20100521/100519234838-e6d587e7a89c2900b18adf08e673d03f (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.