SOLICITATION NOTICE
66 -- 66- Ballast Water Exchange Assurance Meters
- Notice Date
- 8/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG23-07-R-MMS042
- Response Due
- 9/7/2007
- Description
- The U. S. Coast Guard (USCG) intends to negotiate a sole-source contract with Dakota Technologies, Incorporated (Dakota), 2201-A 12th Street North, Fargo, North Dakota 58102-1808. The USCG requires an estimated amount of 16 each Ballast Water Exchange Assurance Meters (BEAM), together with necessary accessories, consumables, training, technical and logistics support. Delivery is required 90 days after the date of award. The BEAM units were designed, developed, and manufactured by Dakota under a Small Business Innovative Research (SBIR) contract. The BEAM units are a battery-operated handheld meter, weighing less than five pounds, which are designed to assess the colored dissolved organic matter (CDOM) content of ballast water. The BEAM units will be used by USCG field personnel, such as Marine Inspectors, Boarding Officers, and Port State Control Officers, to verify and enforce compliance with USCG regulations for the management of ships? ballast water by mid-ocean ballast exchange pursuant to the National Invasive Species Act of 1996. The BEAM units have the following characteristics: a. water resistant, b. ruggedized to withstand typical shipboard handling conditions, c. capable of operating properly in the temperature range of 33-100?F, d. contain a built-in silica cuvette well with 10mm path length, e. excite and monitor the humic/fulvic acid portion of CDOM in ballast water where 250-400 nm excitation is coupled with 420-480 nm emission, f. capable of a less-than 1.0 ppb limit of detection on quinine sulfate reference, g. an accuracy of at least 5% relative difference between the unit and a reference grade instrument using quinine sulfate over the range of 1-100 ppb, h. a measurement repeatability (relative standard deviation) of triplicate measurements of samples over the range in g. above, i. an inter-unit reproducibility error of 3% or less when measuring subaliquats of the same test solutions over the range in g. above. Dakota is the only known company that can provide a device capable of performing this requirement. Contracting with Dakota will avoid a substantial duplication of cost necessary for any other company to design, develop, and manufacture a device that is able to assist the USCG to perform its mission in regulating ballast water exchange practices of ships bound for ports or places of the U. S. This notice of intent is not a request for competitive proposals. If your company believes it can provide the required equipment in a timely manner, you may submit a statement of your capabilities by 2:00 P.M., local time, September 7, 2007 to the Contracting Officer at USCG Headquarters, Commandant (CG-9122), 2100 Second St., S.W., Washington, D.C. 20593-0001. Information may be faxed to 202-475-3905, or may be e-mailed to Eugene.M.Feinberg@uscg.mil . Pursuant to authority of 10 U.S.C. 2304(c) (1) as implemented in FAR 6.302-1, supplies or services are available from only one responsible source. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. See Note 22.
- Record
- SN01365693-W 20070810/070808220717 (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 |