Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOLICITATION NOTICE

58 -- ARGOS SATELLITE-LINKED DATA RECORDERS

Notice Date
2/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NFFS7300-7-07062
 
Response Due
2/28/2007
 
Archive Date
3/15/2007
 
Description
This requirement is being procured in accordance with FAR Part 13, Simplified Acquisitions Procedures. The office of NOAA National Marine Mammal Laboratory located in Seattle, WA intends to acquire the following items: 1) A quantity of forty (40) each Wildlife Computers SPOT5, Flipper-tag mounted location and haul-out recorders or equivalent. This tag must be very small (maximum mass of 60g in air, maximum dimensions of 80mm [L] x 19.5mm [W] x 10.5mm [H], antenna length 20cm), and permanently affixed to a Temple Original animal tag (www.templetag.com), which is the means for attaching the recorder to a seal?s hind flipper. The unit must have sufficient battery capacity for 10,000 Argos transmissions at 0.5W radiated power. To extend and control deployment length, the SDR must; a) include a wet/dry sensor that limits transmissions to when the tag is clear of the water; b) allow user programmable duty-cycling by day or month; c) allow user programmable limit of the total number of transmissions per day; and, d) allow user programmable limit of transmissions to hours when a satellite is likely to be in view. The SDR must record, calculate, and transmit daily ?percentage haul-out timelines? indicating the percent of time during each hour that the SDR?s wet/dry sensor is out of the water. Each timeline must be stored and transmitted for at least 4 days to ensure complete records are received through the Agros system. The SDR must be potted in resin (preferably clear) to withstand pressure at depth up to 500m of water. All user programming and control of the SDR must be provided through software at no additional charge that runs under Microsoft Windows XP operating system. The items must be delivery by September 30, 2007. The intended acquisition is for supplies for which the Government intends to acquire from one source under the authority of 41 USC 234 (c) (1), Only One Responsible Source. The known source is Wildlife Computers, Inc., 8345 154th Ave NE, Redmond, WA. Wildlife Computers is the only company capable of meeting the specific satellite-linked features in one data recorder unit and properly transmit through the Argos system. This is not a request for proposals and there is no solicitation available at this time. The government reserves the right to solicit offers based on receipt of affirmative responses to this notice, or issue a contract to Wildlife Computers, without further notice. Only firms that can provide the exact equipment described herein will be considered. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to (206) 527-7115 attention to Mona Ash. This is a simplified acquisition with the estimated value of less that $100,000. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far: 1. 52.213-4 TERMS AND CONDITIONS?SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (SEPT 2006). 2. 52.243-1 CHANGES?FIXED-PRICE (AUG 1987)?ALTERNATE I (APR 1984). 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003). 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (JUL 2006). 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006). 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004). 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999). 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984). 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006). 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RECOURCES (OCT 2003). 11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOCUMENT INFORMATION TECHNOLOGY SYSTEMS (OCT 2003). 12. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (SEPT 2006). 13. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). 14. 52.211-6 BRAND NAME OR EQUAL (AUG 1999). ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR). NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505.
 
Place of Performance
Address: NATIONAL MARINE MAMMAL LABORATORY, 7600 SAND POINT WAY NE, SEATTLE, WA 98115-6349
Zip Code: 98115-6349
Country: UNITED STATES
 
Record
SN01231038-W 20070215/070213220157 (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.