Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

52 -- Pressure Sensor Pumps

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
EA133C-07-RQ-0459
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
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. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. EA133C-07-RQ-0459 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-17. The applicable NAICS number is 334519 and the small business size standard is 500 employees. This procurement is set aside 100% for small business. The purchase order will be awarded utilizing simplified acquisition procedures in accordance with FAR Part 13. The U. S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS) Requirements and Development Division located in Chesapeake, VA require the following: forty-three (43) each Pressure Sensor Pumps with an option to purchase up to forty-three (43) additional Pressure Sensor Pumps. The specifications are as follows: Units shall consist of a compressed pumped system with an adjustable internal tank pressure of up to 80 PSI, adjustable flow rate of up to 120 BPM, purge functions, RS232 and or SDI-12 communications for control of the system or stand alone when programmed. A Non-diaphragm pump and pressure relief valve. The units shall have an external port for a NOAA supplied pressure sensor. Over all current draw (24 hours at 12 volts DC nom, 60 BPM) of 15 ma or less. The pump unit is a part of a NOAA/NOS tide station which is normally housed in an Aluminum enclosure 60 x 66 x 15 or smaller, consideration will be given to smaller pump systems. The system shall have the ability to use a high pressure (80 psi) external tank in case of pump failure. Environment Temperature: -40 to 50? C or better Power (battery): 11 to 14 VDC or better Enclosure: PVC or Fiberglass, wall mountable Pressure Bubbler shall provide a constant flow of gas to the orifice line (no line purging before the stage measurement). Bubbler shall be able to be programmed to purge based on a fixed daily (timed) interval (1-99) and also to purge based on sensing a blocked line. Bubbler shall not employ any mechanical adjustment for the setup of gas flow. Bubble rate is user selectable from 30 to 120 bubbles per minute based on ?? tubing orifice pointing down. Pressure outlet: 1/8? FNPT Sensor outlet: 1/8? FNPT External Tank inlet: 1/8? FNPT Auto zero error controlled flow nozzle. No needle valve or mechanical adjustment Purge Purge Pressure Level: User Selectable 15 PSI to 80 PSI Manual Internally sensed equipment Automatic timed interval Remote controlled Compressor High Quality medical grade piston compressor, Non diaphragm with pressure relief valve. Desired Delivery Date is 30 August 2007. All quotes shall be FOB Destination. The closing date and time for receipt of quotes is 20 July 2007, 3:00 p.m. EDST. Facsimile or email quotes are acceptable and may be faxed to (757) 664-3653 or emailed to Linda.C.Stein@noaa.gov. All responsible sources may submit an offer which shall be considered. Contractors must have a valid Cage Code and DUNS Number and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items (Sept 2006); FAR 52.212-2, Evaluation?Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors listed in descending order of importance shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement, Past Performance and Price Technical and past performance, when combined, are significantly more important than price. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Nov 2006). Offerors shall include a completed copy of this provision of which copies can be obtained by downloading the documents from http://acquisition.gov/far/index.html, by e-mail request or by calling the agency. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed that annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2007) with the following addenda: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Full text may be accessed electronically at internet address http://acquisition.gov/far/index.html. FAR 52.217-7, Option for Increase Quantity-Separately Priced Line Item (Mar 1989), FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). FAR 52.212-5?Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007) (a)(b)(1), (5), (9), (15), (16), (17), (18), (19), (20), (21), (22), (24), (27), and (32).
 
Record
SN01337927-W 20070712/070710220329 (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.