SOLICITATION NOTICE
K -- Signal Processing for 72 Acoustic Sensors on the Elwah River
- Notice Date
- 8/10/2010
- 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
- R10PS80749
- Response Due
- 8/25/2010
- Archive Date
- 8/10/2011
- Point of Contact
- Al Phillips Contract Specialist 3034452449 aphillips@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
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Signal processing for 72 Acoustic Sensors installed on the Elwha River, 45-mile-long River located on the Olympic Peninsula in the U.S. state of Washington. This is a combined synopsis/solicitation for commercial service 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, R10PS80749 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This solicitation is full and open competition. NAICS Code is 541712. (v) This combined synopsis/solicitation is for the following commercial services: Signal processing for 72 Acoustic Sensors installed on the Elwha River, 45-mile-long River located on the Olympic Peninsula in the U.S. state of Washington. (vi) Description of requirements for the services to be acquired: The goal of the project is to provide signal processing for 72 acoustic sensors that have been previously installed on the Elwha River. Previous research has determined an algorithm to provide sediment transport data from acoustic signals using a prototype in a flume setting. Specific contract requirements are listed below:1.Evaluate previous research and investigate possibilities for determination of grain size2.Determine sampling frequency, blanking times, data averaging,, deletion of 'no data' and most importantly, signal processing to infer sediment transport mass using the algorithm previously developed3.Provide a signal processing scheme for sampling acoustic data from 72 sensors4.Provide recommendations on required computing hardware for the site5.Provide suitable computer and electronic hardware (to be contained in a steel box outdoors) with appropriate software and programming to accomplish the task of coarse sediment measurement6.Wire and install the hardware on-site7.Provide initial calibration to; test the sensors for proper response, examine potential variability in the sensors' signal; and test for potential variation in signal loss comparing far to near bank A copy of the Statement of Work is available by request. Contact POC listed in paragraph xvi. (vii) This work should start September 13, 2010. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Capability - The offeror's proposal will be evaluated to the extent the technical capability demonstrates experience and proficiency in (1) having applied acoustic theory in the measurement of sediment transport in rivers - particularly as applied toward coarse sediment load transported along the bed, (2) processing acoustic signals from both single and multi-frequency devices for the purpose of measuring sediment load, and (3) participation in professional conferences specifically dedicated to measuring the transport of fluvial sediment. This factor will be the most important factor when compared to the following factors. 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. Key considerations include: (1) experience relevant to the acoustic measurement of fluvial sediment transport volumes (2) satisfactory performance in researching and manufacturing acoustic sediment measurement devices under Federal contract. This factor is less important when compared to technical capability. 3) Schedule - A start date of September 13 is required, as a pass down from previous researchers will take place at that time. A secondary milestone of May 2011 is required for beginning on-site wiring of bus-boards, installation of PCs equipped with appropriate software and programming, and beginning the initial calibration. 4) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Technical Capability, (2) Past Performance, (3) Schedule, (4) Price. When combined technical capability, past performance, and schedule is significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are, b (19), b (21), b (22), b (23), b (24), b (25), b (26), b (38). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Proposals are required to be received no later than 4:00 pm Mountain Standard Time, Wednesday August 25, 2010, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, proposals shall be delivered via email to aphillips@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email aphillips@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6e8197001706a470673159472a56c4de)
- Place of Performance
- Address: Port Angeles, WA
- Zip Code: 98362
- Zip Code: 98362
- Record
- SN02236249-W 20100812/100811000731-6e8197001706a470673159472a56c4de (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 |