Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2006 FBO #1678
MODIFICATION

66 -- Weather Monitoring Station

Notice Date
6/29/2006
 
Notice Type
Modification
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-F3G0DA6158A200
 
Response Due
7/6/2006
 
Archive Date
7/21/2006
 
Point of Contact
Sean Blair, Contract Administrator, Phone 702-562-3365, Fax 702-652-9570, - Cindy Alexander, Contract Specialist, Phone 702-652-8450, Fax 702-652-5405,
 
E-Mail Address
Sean.Blair@Nellis.af.mil, cindy.alexander@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F3G0DA6158A200. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. This procurement is being issued as a 100% small business set-aside. This combined synopsis/solicitation is for the following an automated weather monitoring system that meets or exceeds the following description...........-The proposed automatic weather station (AWS) must be mobile and capable of being moved and set-up at different operating locations. The following items are needed: AWS Logger with at least 1.6 MB Flash memory for data logging; one RS-232 and one 2-wire RS-485 port; real time clock; compact flash memory card place; internal rechargeable battery (preferably 1.2 Ah/6V) with internal regulator; aluminum enclosure with sensor connectors and accessories; extendable tripod mast; three ground pegs, sand bags/tools for installation. Also included will be the PC terminal cable, set-up software, terminal software, PC display and archiving software, and user's guide. -Removable on board compact flash memory card (at least 32 MB), industrial temperature range. -Dual RS-232 Module (2 pcs RS-232 I/O ports), installed on AWS logger -Weather transmitter for AWS, including 1 m cable with connectors and setup software. The weather transmitter must measure wind speed/direction, temperature, humidity, barometric pressure, and precipitation. The data must be stored and available for serial output to the AWS. -Radio modem (380-470 MHz) will include synthesized UHF radio modems (2 pcs) in weather proof enclosure, small tripod for PC receiving end, cables and power supply at PC receiving end. -(2) directional UHF yagi antenna, gain 10 dbi -Relay capability to optimize radio power consumption -Solar/main power supply unit with 12 W solar panel, regulator, main power supply, and 7 Ah back-up battery, tripod mounting -This system must be able to transmit data a minimum of 8-10 straight-line miles, as well as sustain itself entirely off of solar power. -Quotation to include one day of on-site technical training and all travel expenses............... -The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items. The Government will issue a purchase order resulting from this solicitation to the responsible party providing a quote, whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, the party providing a quote must include a completed copy of this provision with its quote. A copy of this provision is located at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this solicitation. The clause at FAR 52.204-7, Central Contractor Registration (OCT 2003). The clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, COMMERCIAL ITEMS (JUNE 2003) (DEVIATION). FAR 52.219-8, Utilization of Small Business Concerns (OCT 2000). FAR 52.222-26, Equal Opportunity (Apr 2002) (Executive Order 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 United States Code (U.S.C.) 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). FAR 52.222-41, Service Contract Act of 1965, as Amended (May 1989). FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appendix 1241 and 10 U.S.C. 2631). DFARS 252.212-7001(a) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 2003) (a) The contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.204-7004, Alternative A (NOV 2003). DFARS.225-7036, Buy American Act--North American Free Trade Agreement Implementation Act, Balance of Payment Program (APR 2003) (_X_) Alternate 1)(APR 2003) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). Local Clause G-403 applies. 30 day delivery will be requested for this acquisition. --Please forward any questions to Lt Sean Blair at the number or e-mail listed below, THIS SOLICITATION HAS BEEN EXTENDED TO 6 JULY 2006, PLEASE RETURN QUOTATIONS NO LATER THEN 4:00 p.m. Eastern on 6 July 2006--
 
Place of Performance
Address: 4430 GRISSOM AVE, BLDG 7, NELLIS AFB, NV
Zip Code: 89191-6520
Country: United States
 
Record
SN01080210-W 20060701/060629220726 (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.