Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
MODIFICATION

58 -- Mini Sodar

Notice Date
4/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMAC300-11-02627DT
 
Archive Date
4/12/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of Modification No. 1 is to edit the description in paragraph V to read: "Open Trailer with battery chargers, and battery boxes mounted on trailer, fiberglass enclosure base, enclosure cuffs, and array housing; 32 element array 4500Hz steared beam antenna." (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAC300-11-02627DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 334519. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): Open Trailer with battery chargers, and battery boxes mounted on trailer, fiberglass enclosure base, enclosure cuffs, and array housing; 32 element array 4500Hz steared beam antenna. Digital Acoustic Signal Processor & Power Management System. DC Audio Power Amplifier Assembly. Real Time speaker monitoring package. Sodar View. Operator & Maintenance Training; AC charging unit; Rain/snow sensor; Heater blanket; Profiler and display software (VI) Description of requirements is as follows: 1) The sodar must be capable of operating with AC power only. 2) It must be able to generate high quality measurements using 10-minute averaging times, with 10 m range gates, and with high data recovery rates at elevations in excess of 100 m during typical operations. The unit must be able to operate reliably in the heat and dust of Texas for a continuous year-long deployment as well as possible conditions of snow and ice. 3) Twisted pair Ethernet connection, 10 mb (RJ45 jack)* 4) Ability to aggregate 10-minute averages on an hourly basis and upload them to a database within 12 minutes after the top of each hour. 5) Reliable remote operation as we plan to visit the site only once every 6 weeks. 6) Ability to check diagnostics on system operation remotely to identify performance or maintenance issues. (VII) Delivery is required within 6 weeks after receipt of order to the Field Research Division, R/ARL3, NOAA, 1750 Foote Drive, Idaho Falls, ID 83402. Delivery shall be FOB Destination to Idaho Falls, ID. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature demonstrating that specifications are met, and a capability statement describing qualifications to supply training and providing a warranty for the equipment. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all technical specifications as stated in (VI) above. 2) Price: Quote must state price in U.S. dollars. 3) Delivery: Quote must include delivery schedule. 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. This will be a firm fixed-priced purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2011) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2011) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 1:00 P.M. MST/MDT on April 11, 2011. All quotes must be faxed or emailed to the attention of Doris Turner. The email address is doris.p.turner@noaa.gov (preferred) and the fax number is 303-497-3163. (XVI) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov (preferred) or by telephone at 303-497-3872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMAC300-11-02627DT/listing.html)
 
Place of Performance
Address: Field Research Division, R/ARL3, 1750 Foote Drive, Idaho Falls, Idaho, 83402, United States
Zip Code: 83402
 
Record
SN02418389-W 20110408/110406234525-531adc25fdba265bf3ba25ea7123dfa0 (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.