Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOURCES SOUGHT

66 -- Telemetry Data Logging System

Notice Date
6/28/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
 
ZIP Code
00000
 
Solicitation Number
PR-R4-12-00338
 
Response Due
7/19/2012
 
Archive Date
8/18/2012
 
Point of Contact
Sharyn Erickson
 
E-Mail Address
Contracting Officer
(erickson.sharyn@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 339111. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specification, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide a Data Logger/Telemetry Insturment, FOB Destination to: Reg. 4 SESD, Attn. Derek Little, 980 College Station Rd., Athens, Ga. 30605, in accordance with the following specifications. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest price technically acceptable quotation. The provision at FAR 52.212 1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212 3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov, and the new EPA Certification EPA-2012-5 Representation By Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability (Apr. 2012), for inclusion of clause EPA-2012-10-Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr. 2012) (see EPA website for copies). The successful offeror mus t be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212 4 Contract Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219 8 Utilization of Small Business Concerns; 2) 52.219 14 Limitations on Subcontracting; 3) 52.219 25 Small Disadvantaged Business Participation Program; 4) 52.222 3 Convict Labor; 5) 52.222 21 Prohibition of Segregated Facilities; 6) 52.222 22 Previous Contracts and Compliance Reports; 7) 52.222 25 Affirmative Action Compliance; 8) 52.222 26 Equal Opportunity; 9) 52.222 35 Equal Opportunity for Special Disabled Veterans, Veterans of t he Vietnam Era and Other Eligible Veterans; 10) 52.222 36 Affirmative Action for Workers with Disabilities; 11) 52.222 37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.225 15 Restrictions on Certain Foreign Purchases; 13) 52.232 33 Payment by Electronic Funds Transfer Central Contractor Registration; 14) 52.252 2 Clauses Incorporated by Reference; 15) 52-222-19, Child Labor?Cooperation with Authorities and Remedies; 16) 52.222-21, Prohibition of Segregated Facilities; and, 17) 52.252 6 Authorized Deviation in Clauses, available at http://www.arnet.far.gov. All offers are due 21 days after publication of this notice. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e mailed to erickson.sharyn@epa.gov or faxed to 404/562 8210. It is the offeror's responsibility to ensure receipt of faxes or e mail quotes. Qu otes shall include 1) a schedule (list) of offered items to include unit and total price in accordance with the SOW schedule of items, (which includes shipping charges, if applicable), delivery time, 2) completed Representations and Certifications (FAR 52.212 3), and DUNS number. NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. SPECIFICATIONS Background Information EPA is constantly trying to improve the accuracy of its modeling programs and their input parameters. State agencies have expressed their desire and need for more complete data covering longer periods of time than SESD has been able to collect under common travel requirements. Such data collection would be possible with a telemetry data collection system. Telemetry data loggers would allow SESD to remotely monitor multiple inputs using existing SESD equipment in real time. Such systems could be used to alert SESD to critical conditions when physical sample collection should be collected, e.g. rain events, anoxic/anaerobic conditions, temperature shifts, etc. Purchase request is for logging telemetered buoy and solar power systems only. SESD existing monitoring equipment will be utilized with the system to provided telemetered environmental data to SESD. System Requirements SESD requires a versatile remote telemetry data logging system compatible with SESD equipment and data requirements allowing SESD to continue to provide the best quality data to our states and tribes. A minimum of two systems are desired for initial testing. System must be compatible with current SESD equipment: ?YSI 6 series data sondes ?Sontek Argonaut XR ?LI-COR: Quanta LI-192 and LI-190 ?LI-COR: pyranometers, LI-210. Supplier must provide a telemetry data logger system as described below. System needs to be composed of a data logging unit, telemetry communication, deployable buoy housing, solar powering/charging unit, software for programming and for direct retrieving of data (must not host data on a outside server). System will contain the following components: 1.1Data Logger Logger needs to be submersible, rugged, self powered logging system deployable in streams, rivers, wetlands, coastal waters, with the possibility of sewers and culverts (see 1.3 Deployment). Underwater water proof seals for each sensor connection are required. Logger must be impact resistant with redundant sealing and able to handle extreme wave action, drops, floods, and with wireless communication also as rugged. Logger must have capability to log/read multiple sondes at different depths, Doppler velocity meters, and vendor must provide cables for attachment to sensors. Battery pack with solar recharging needed for continuous operation (See 1.4 Solar Charging). 1.1.1Required Data Logger Ports ?Analog Inputs (2) differential or (4) single-ended, 0-2.5 V auto range, 12-bit resolution ?Analog Outputs (1) 12-bit channel, 0-5 V or 0-2.5 V programmable ?Power Outputs (1) 12V 100 mA switch; (1) 5V 100 mA switch; (1) 12V output, fused from battery ?Digital I/O Ports (1) standard generic I/O port ?SDI-12 Interface (1) SDI-12 port ?RS-232 Interface (2) RS-232 sensor ports ?RS-485 Interface (1) RS-485 port ?Host Interface (1) RS-232 host port, SDI-12 or RS-485 port can be configured as slave ?Supported Serial Comm Protocol NMEA 0183 or Modbus RTU ?Internal Memory 2 MB Flash memory, over 500,000 data points minimum ?Power Requirements Voltage: 5 to 16 VDC ?Typical Current Draw 5 mA sleep, 10 mA processing, 36 mA analog measurement ?Battery (8) D-cell alkaline batteries, internal; optional 12VDC power ?Maximum Depth 200 ft ?Temperature Range 0 to +60?C ?Dimensions 18.25? length x 5.5? diameter ?Weight 11.0 lbs without batteries; 13.8 lbs with batteries ?Compatible Sensors4-20 mA sensors, 0-2.5 V sensors, SDI-12 sensors, RS-232 sensors, RS-485 sensors, Modbus RTU sensors, NMEA 0183 sensors 1.2Telemetry Communication Iridium satellite capability is required for access to data in remote locations without hosting fee. Software for configuration of system and access of data at remote SESD locations with a minimum of 2 licenses is required. Data cannot be hosted on an outside server due to ISO requirements. Including Iridium satellite antenna. 1.3Deployment A lightweight versatile buoy system that houses the data logger and charging system is required. Buoy must be easily deployable by 1 to 2 people from a boat (below 150lbs). Buoy must also handle the mounting of a weather station. Minimum of 300 lb buoyancy required for deployment. Shall be suitable for deployment in freshwater lakes, rivers, streams and coastal waters. Max height of 75 inches max width of 32 inches. 1.4Solar charging Solar recharging system requirements include 5 watt system, solar panels, regulator, 8.5 A-h 12 volt battery and water tight system. Also required is a power harness for connecting solar power to logging unit. A solar powered LED beacon for placement on the buoy should also be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-12-00338/listing.html)
 
Place of Performance
Address: R4 SESD980 College Station Rd.AthensGa30605US
Zip Code: 30605
 
Record
SN02789270-W 20120630/120628235544-c0960151a93c70950215832927c9552a (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.