Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2012 FBO #4044
SOLICITATION NOTICE

20 -- SYNTACTIC FOAM FLOATS FOR DEPLOYMENT OF OCEANOGRAPHIC EQUIPMENT ON MOORED BUOY ARRAYS

Notice Date
12/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WAD-13-00706
 
Archive Date
1/18/2013
 
Point of Contact
Melvin N. Fondue, Phone: (206) 526-6043
 
E-Mail Address
melvin.n.fondue@noaa.gov
(melvin.n.fondue@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial services and/or supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The government intends to acquire supplies using FAR Part 13, Simplified Acquisition Procedures. The Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA) National Marine Fisheries Service intends to acquire eight (8) each syntactic foam floats (4 ADCP/4 TAPS FLOATS) and eight (8) each mounting brackets. TECHNICAL SPECIFICATIONS: 1. The floats for the 75 kHz Teledyne RDI ADCP must have the following specifications: -Depth Rating: min 600m -Float diameter: 40 - 47 inches -Float Buoyancy: 500 lbs at depth -Construction: Syntactic foam with durable low-drag outer finish -Frame: Constructed of marine-grade stainless steel with high corrosion resistance. Must accept half inch shackle pin with plastic isolator for attachment to mooring chain. Must easily accept a 75khz Teledyne RDI Long-Ranger ADCP nested inside the float with the acoustic transducers facing upward. Frame must withstand 5000 lbs of tension during deployment. The floats for the TAPS devices must have the following specifications: -Depth Rating: min 200m -Float diameter: 36 - 42 inches -Float Buoyancy: 500 lbs at depth -Construction: Syntactic foam with durable low-drag outer finish -Frame: Constructed of marine-grade stainless steel with high corrosion resistance. Must accept half inch shackle pin with plastic isolator for attachment to mooring chain. Frame must withstand 5000 lbs of tension during deployment. --Frame Design/Configuration: TAPS instrument case must fit inside of float with separate transducer plate mounted on top frame. Transducer plate must have clear unobstructed upward view of water column. Frame above the float must also have attachment for anchor-first deployment. Frame below the float must be able to accept up to two battery cases. Cost of custom frame should be part of quote. -Approx dimensions of TAPS instrument and battery case: Cylinder with diameter of 7.5" and length of 25". 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 206-526-6025 or email ( melvin.n.fondue@noaa.gov ) This is a simplified acquisition with an estimated value of less than $150,000. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-13-00706/listing.html)
 
Place of Performance
Address: 7600 Sand Point Way NE, Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN02951349-W 20121220/121218234720-39e8b3266c008a565ad4e00f72f64b3a (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.