Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOLICITATION NOTICE

58 -- Technical Assistance with set up of Acoustic Telemetry System

Notice Date
1/25/2013
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R13PS80137
 
Response Due
2/7/2013
 
Archive Date
1/25/2014
 
Point of Contact
Al Phillips Contract Specialist 3034452449 aphillips@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Technical Assistance with set up of Acoustic Telemetry System This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, R13PS80137 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64. (iv) This solicitation is a small business set aside. NAICS Code is 334511 underwater navigational systems. The small business standard is 750 employees. (v) This combined synopsis/solicitation is for the following commercial services: For Technical Assistance with set-up of Acoustic Telemetry System at the Tracy Fish Facility in Tracy, California. (vi) Description of requirements for the services to be acquired: Install previously purchased Hydroacoustic Technology, Inc. (HTI) receivers (model 291), hydrophones, and cable in 3 separate stations. (vii) This work should start from February 19, 2013 through May 31, 2013. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Attachments include: Performance Work Statement (PWS) dated January 24, 2013. Contractors shall provide a proposal in the following format: 1)Technical Approach- this portion of the proposal must contain sufficient information to demonstrate the offeror's technical ability to meet the requirements of the PWS and an approach that meets the contract objectives. 2)Past Performance- examples of same or similar projects. The offeror shall submit past performance information of work that is relevant in scope and recent (within the last two (2) years). Include a description of your firm's role in each project. Offeror shall provide references with contact information for points of contact. 3)Price- Firm fixed price to perform the services identified in the PWS. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Approach - The offeror's proposal will be evaluated to the extent the technical capability demonstrates experience and proficiency in Specific contract requirements are listed below: 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. 3) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Technical Capability, (2) Past Performance, (3) Price. When combined technical capability, past performance, and schedule are significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are, b (12), b (23), b (26), b (27), b (28), b (29), b (31), b (38) b (39), b (42), b (47). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email aphillips@usbr.gov. Performance Work Statement (PWS) Technical Assistance with set up of Acoustic Telemetry System Tracy Fish Facility January 24, 2013 1.0INTRODUCTION: Bureau of Reclamation (Reclamation): Reclamation is a water management agency with 600 dams in the 17 western states. We are known best for construction of dams, power plants, and canals, including Hoover Dam on the Colorado River, Grand Coulee Dam on the Columbia River, and Folsom Dam on the American River. Reclamation is the largest wholesaler of water in the country and second largest producer of hydroelectric power in the western US. Reclamation is organized into five regions (Mid-Pacific [MP], Great Plains [GP], Lower Colorado [LC], Upper Colorado [UC], and Pacific Northwest [PN]). 2.0SCOPE: Reclamation has a requirement for engineering/fisheries services to deploy/test/monitor an acoustic telemetry system at the Tracy Fish Facility, Tracy, California, to determine fish losses due to predation, screen loss, and swim-out. Services are needed with expertise in deployment and testing of a Hydroacoustic Technology, Inc. (HTI) acoustic telemetry system in a concrete lined series of channels and bay. Due to the complexity of the work site, at least 3 receiver stations will need to be set up and linked so that the data is synced over a wide area for all fish tags. This is an operational HTI acoustic telemetry system that can accommodate up to 21 hydrophones. 2.1Install previously purchased HTI receivers (model 291), hydrophones, and cable in 3 separate receiver stations. 2.2Upon completion of 2.1, ensure all 3 receiver stations are synchronized. 2.3Upon synchronizing the 3 stations, test the entire system to ensure that the system is operationally functional and make necessary changes as required to make it fully functional. 2.4Provide training of use of the system installed and any data pertinent to system operation. 3.0PERSONNEL QUALIFICATIONS: The Contractor must have extensive experience designing, deploying, testing, and synchronizing HTI acoustic telemetry systems in concrete lined channels for fish telemetry. 4.0GOVERNMENT-FURNISHED EQUIPMENT (GFE) AND MATERIALS: A hard hat will be furnished, otherwise, no government-furnished equipment (GFE) will be provided. 5.0GOVERNMENT FURNISHED PROPERTY (GFP): No government-furnished property (GFP) will be provided. 6.0LOCATION: The work is located at Tracy Fish Facility, Tracy, California. 7.0PERIOD OF PERFORMANCE/DUTY HOURS: The period of performance will commence approximately February 19, 2013 and continue through May 31, 2013. 8.0REGULATIONS/POLICIES: Fully comply with Reclamation and Safety Health Standards (RSHS), including errata. RSHS is available at: www.usbr.gov/safety/RSHS/rshs.html. 9.0TRAVEL: No travel is associated with this effort. 10.0SECURITY: 10.1 All contractor produced and Government furnished information related to this contract is designated Public Information (Non Official-Use-Only), except for the Government furnished work products which are designated Official Use Only - SENSITIVE (FOUO/SENSITIVE). 10.2The Contractor shall be required to supply Reclamation with the legal names and other personal information of employees who will be working under this contract. 10.3Reclamation reserves the right to perform security checks on Contractor employees. 11.0DELIVERABLES: 11.1Micro Acoustic Telemetry Tags (0.5 gm in air or less) compatible with HTI receiver/hydrophone/cable acoustic system, 150 Each. 11.2Acoustic Tags (4.5 gm in air) compatible with HTI receiver/hydrophone/cable acoustic system, 36 Each. 11.3Dummy Micro Tags (0.5 gm in air or less) compatible with HTI, 10 Each. 11.4Operational HTI acoustic telemetry system IAW PWS Section 2. 11.5 PWS ParaDeliverable TableDue 11.1-11.3TagsMarch 1, 2013 11.4Operational HTI acoustic telemetry system. Before- March 11, 2013-Exercise1 Before- May 6, 2013-Exercise 2 12.0QUALITY: Quality shall be measured based on the following Quality Assurance Surveillance Plan (QASP). Contractor shall develop and follow a quality control plan that ensures the performance standards of the QASP are met. 12.1Measuring Quality: Deliverable or Service Requirement PerformanceAcceptable Quality Level (AQL) Measurement/MetricStandard 11.4 Operational HTI acoustic telemetry systemContractor must install, Sync, and test acoustic telemetry system.Fully Operational before March 11, 2013 for Exercise 1 and May 6, 2013 for Exercise 2.100% 13.0IDENTIFICATION OF CONTRACTOR EMPLOYEES: All contract personnel are required to identify themselves as contractors. Whether attending meetings, answering Government telephones, or working in other situations where their contractor status is not obvious to third parties, they must make their status known to avoid creating an impression that they are Government employees. 14.0CONTACTS: Contracting Officer Paul Pierson PO Box 25007, MS 84-27810 Denver, CO 80225-0007 Phone: 303-445-2440 Email: ppierson@usbr.gov Contract Specialist Al Phillips PO Box 25007, MS 84-27810 Denver, CO 80225-0007 Phone: 303-445-2449 Email: aphillips@usbr.gov Contracting Officers Representative (COR) Jarod Hutcherson PO Box 25007, MS 86-68290 Denver, CO 80225-0007 Phone: 303-445-2011 Email: jhutcherson@usbr.gov Technical Point of Contact Cathy Karp PO Box 25007, MS 86-68290 Denver, CO 80225-0007 Phone: 303-445-2226 Mobile: 303-883-3930 Fax: 303-445-6328 Email: ckarp@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5bdd9f10db2ac5fcee4c23250434828)
 
Place of Performance
Address: Tracy Fish FacilityTracy, CA
Zip Code: 953772541
 
Record
SN02972625-W 20130127/130125234334-a5bdd9f10db2ac5fcee4c23250434828 (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.