Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
SOLICITATION NOTICE

59 -- PROFILING GLIDER

Notice Date
8/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NWWG9502-13-03082
 
Archive Date
9/11/2013
 
Point of Contact
Linda L Mullen, Phone: 757-441-3436
 
E-Mail Address
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.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 12.6, 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 NWWG9502-13-03082. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This procurement is not a total small business set-aside. The FSC for this is 5995 and the North American Industry Classification System (NAICS) Code is 334511, small business size standard is 750 employees or below. The U.S. Dept of Commerce, National Data Buoy Center, Operations Branch, Building 3203 Stennis Space Center, Mississippi 39529-6000 has a requirement for the following items: LI 0001: One (1) Profiling Glider LI 0002: Two (2) each Refurbishing Kit LI 0003: One (1) On Site Training Specification for Profiling Glider July 2013 1. Background : NDBC seeks to purchase a profiling glider for use in the Hurricane and TAO network to conduct temperature and salinity profiles. 2. Requirements 2.1. One-year warranty. 2.2. Minimum operating depth rating of 500 meters. 2.3. Capable of measuring ocean temperature and salinity to depth of 500m. 2.3.1. Temperature range of -02 to +35 DegC, accuracy of 0.02DegC 2.3.2. Salinity range of 0-7 S/m Accuracy of 0.02 psu 2.4. Endurance of four (4) months at a density gradient of seven (7) sigma. 2.5. Vender calibrations interval greater than or equal to one year. 2.6. Manufacture must provide launch and recovery procedures and equipment for operations up to sea state 2. 2.7. Manufacture provides on-site training for piloting, maintenance, and launch and recovery of the profiling glider. 2.8. Provide refurbishment kits for conducting three (3) additional missions. 2.9. Must be compatible with GLMPC (US NAVY piloting software program) 2.10. Glider must be capable of aborting a dive and returning to the surface automatically (Failsafe mode.) 2.11. Glider must use Iridium RUDICS or SBD communication. 2.12. Ruggedized reusable shipping containers, if lithium batteries are used in the gliders the containers must be certified for lithium battery shipment. 2.13. Glider must take one profile per dive for the endurance period. 2.14. Glider must be equipped with GPS for navigation and provide an accuracy of at least 20 meters. 2.15. Piloting must allow the pilot to queue commands for the glider to pickup. 2.16. Glider shall be able to maintain position with a depth average current of 20cm/s over the dive. 2.17. Glider shall have a pilot programmable sleep mode. 2.18. Gliders shall record internal pressure, temperature, and humidity. 2.19. Glider shall have a internal clock with no more than 10 seconds drift over mission deployment. 2.20. The required delivery is 15 days after receipt of order. Delivery shall be FOB Destination to Operations Branch, Building 3203, Stennis Space Center, Mississippi 39529-6000. The following provisions and clauses apply to this solicitation and any resulting purchase order: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 20078) FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (APR 2011) - NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at http://orca.bpn.gov and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), with addenda: FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) {Fill-in: Part B, Check Items 4, 6, 8, 23, 26, 28, 29, 30, 31, 38, 40, 42, and 47} No Defense Priorities and Allocations System (DPAS) rating is assigned. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov Additionaly, 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. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M EST, Tuesday, August 27, 2013. Offers maybe faxed to 757-664-3649 or submitted electronically to Linda.Mullen@noaa.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Linda Mullen at Linda.Mullen@noaa.gov or faxed to 757-664-3649. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NWWG9502-13-03082/listing.html)
 
Place of Performance
Address: Building 3203, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN03152423-W 20130818/130816235110-bd61e7ece39d2385315b1666f840534b (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.