Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
SOLICITATION NOTICE

66 -- Multi-sensor instrument for water quality data collection

Notice Date
7/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF31509082A
 
Response Due
7/22/2013
 
Archive Date
9/10/2013
 
Point of Contact
Vendeck M. Davis, 601-634-4091
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(vendeck.davis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Requisition Number W81EWF31509082 is being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-67. This requirement is for a NAICS Code 334513 (SIC 3823) with a size standard of 500 Employees. All cost associated with delivery to Vicksburg, MS shall be included in the quote. The Coastal and Hydraulics Laboratory, Coastal Engineering Branch has a need for multi-sensor instruments with dual PAR sensors, turbidity, depth, conductivity, temp, dissolved oxygen, chlorophyll, and anti-fouling mechanisms for all sensors, self contained power and data logging, for long term deployment in 0-100 ft of ocean waters. Specifications: Multi-sensor instrument for water quality data collection -Multi-sensor instrument must collect and record data using the same time and date clock. -Operational water depths 0-100 ft. -Long term deployments up to 3-4 months -All sensors must have Anti-Fouling prevention such as wiper blades or prevention sleeves that uncover sensor during sampling. Anti-fouling paint is not sufficient. -Self contained power source (battery operation) for long-term deployment -Self contained data collection and data storage data logger for long-term deployment, with anti-fouling prevention. -Cables for power and data downloads -User selectable data logger collection parameters -Required Instrument Sensors: -Teamed set of two (2) LI-COR PAR sensors with wiper blades to clean sensors before each data collection event. Highly accurate measurements in the range of PAR 400-700 nm of wave length. Wiper blades, cables, and mounting brackets. -Depth sensor -Conductivity/Temp sensor -pH/ORP sensor -Turbidity sensor with range 0-1000 NTU and accuracy 0.3 NTU -ROX Optical Dissolved Oxygen sensor, range 0-50 mg/L. -Chlorophyll Sensor, range 0-400 ug/L -Anti-fouling Optical port plugs for when sensors are removed -Anti-fouling mechanisms for all sensors Award shall be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Award can only be made to contractors registered in the SAM web page, https://www.sam.gov/portal/public/SAM/. Quotes are due 22 July, 2013 by 1200 hrs (12:00 pm) Central Standard Time at ERDC Contracting Office, Attention: MAJ Vendeck Davis, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: vendeck.davis@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact MAJ Davis at 601-634-4091, or use the above email address. This requirement is unrestricted under NAICS Code 334513. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF31509082A/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03115647-W 20130714/130712235110-01283ce7a2237f4b12f360be62a85e17 (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.