Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

58 -- Archival Pop-Up Satellite Transmitter Tags

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
NFFM7311-12-04374
 
Archive Date
7/11/2012
 
Point of Contact
Susan Henderson, Phone: 508-495-2206
 
E-Mail Address
susan.henderson@noaa.gov
(susan.henderson@noaa.gov)
 
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 SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EE133F-12-RQ-0600. This synopsis/solicitation constitutes a Request for Quotation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-58 dated May 18, 2012. The National Oceanic Atmospheric Administration (NOAA), Northeast Fisheries Science Center, Woods Hole, MA requires (3) each Archival Pop-Up X-Tag PTT-100 Satellite Transmitter by Microwave Telemetry, Inc., with required delivery date of August 25, 2012. This is a Brand Name or Equal requirement. Item 0001 : (3) Each, Archival Pop-Up X-Tag PTT-100 Satellite Transmitter Tags in accordance with the salient characteristics: Item 0002 : Delivery to NOAA/NMFS/NEFSC, 166 Water Street, Woods Hole, MA 02543-1026 Salient Characteristics : Physical Size 4.75” length (120mm) x 1.25” max dia. (32mm) + 7.5” (185mm) antenna Weight 40g Crush pressure > 3500 psi (2500m) Pull strength of tether attachment > 150 lbs. Electronics: Argos PTT Operating Frequency 401.650 MHz ± 36 kHz Rf. Output power +20 to +27 dBm (100 to 500 mW)* Output impedance: 50 ohms Modulation Tri Phase PSK ± 1.1 Rad ± 0.1 Rad Quiescent current: <3 µA Spurious emissions: -45 dB Transmission Interval 45 to 120 sec ** Supply voltage: 3.6 to 4 volts Operating temperature range -15 to 45° C * Adjustable between 100 to 500 mW ** Ability to optimize for the requirements at time of manufacture Sensor Suite Temp range-4 to +40° C Resolution-Via Argos 0.23° (0.014° Archived ) Depth range 0 to 1296m Resolution- Via Argos 5.4m (0.34m Archived) Max Light Sensitivity < 4 x 10 -5 Lux @ 555 nm Additional features of the tags shall include the following: - Suitable for aquatic (marine) deployment - Of a small enough size for deployment on fish that are approximately 650 mm fork length and 3.5 kg whole weight while causing minimal interface with normal feeding and swimming behavior - Low hydrodynamic drag - Do not rely on the tag being recaptured for data exchange - Are not reliant on the tag breaking the surface frequently to allow for battery recharging - Transmission of temperature and depth readings and sunrise/sunset times. - The tag stores the data on board as individual readings of temperature and pressure; it does not Bin” the measurements, so the data received via Argos can be reconstructed to show a time sequence of the parameter over time. - Ability to extract the full set of data collected if the tag is recovered - Deployment for up to 12 months - Dynamic depth range based on the daily maximum depth, resolution of transmitted depth data ranges from.3m to 5m. - SiV™ transmission schedule; the PTT transmits only at times when the likelihood of a satellite pass is greatest. - Rugged Carbon Fiber housing. - Strong tether attachment point. - Very simple deployment, no pre-deployment programming required on the part of the user. - Data is decoded, parsed and presented to the user in Excel format. Vendor must submit complete specifications of the proposed tags. If offerors are not registered via the ORCA website at http://orca.bpn.gov, they shall complete and return a copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2011) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) DOC/NOAA/NMFS/NEFSC Attn: Susan Henderson 166 Water Street, Woods Hole, MA - U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230 CAR1352.233-71 GAO and Court of Federal Claims Protests The following clauses are provided in full text : FAR clause 52.211-6 Brand Name or Equal--(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must—(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by—(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. FAR clause 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 shall be used to evaluate offers: (1) Technical Specifications (2) Price - (1) Technical Specifications in accordance with FAR 52.211-6 Brand Name or Equal, must meet all of the salient characteristics as defined. (2) Price - the total price will be a determining factor after determination is made with regarding compliance with the salient characteristics. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2011) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (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. 5101 note). (8) 52.209-1, Prohibition on Contracting with Inverted Domestic Corporations (8)52.219-6 Notice of Total Small Business Set Aside (Nov 2011) (14) 52.219-8, Utilization of Small Business Concerns, (JAN 2011) (17) 52.219-14, Limitations on Subcontracting, (DEC 1996) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EST on June 26, 2012; any award resulting from this RFQ will be made based on meeting technical specifications, price and delivery date. Quotes must be submitted electronically either by fax to 508-795-2206 or via e-mail to Susan.Henderson@noaa.gov. Questions pertaining to this RFQ must be submitted in writing to Susan.Henderson@noaa.gov. The anticipated award date is on or about June 27, 2012. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Susan.Henderson@noaa.gov. Telephonic requests will not be honored
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/NFFM7311-12-04374/listing.html)
 
Place of Performance
Address: DOC/NOAA/NMFS/NEFSC, 166 Water Street, Woods Hole, Massachusetts, 02543, United States
Zip Code: 02543
 
Record
SN02773950-W 20120615/120613234751-b54c35d8d8199b0662fee9d7a395e8cd (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.