SOLICITATION NOTICE
58 -- Acoustic Transmitters
- Notice Date
- 7/7/2015
- 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), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- WAD-NFFR7500-15-03415
- Archive Date
- 7/29/2015
- Point of Contact
- Maria L Mendoza, Phone: (206)526-6671
- E-Mail Address
-
Maria.L.Mendoza@noaa.gov
(Maria.L.Mendoza@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The office of National Marine Fisheries Santa Cruz Tiburon Laboratory located in Santa Cruz, CA has a requirement for quantity of 740 each Brand Name or Equal to Advanced Telemetry Systems Model SS300 acoustic programmable transmitters for tracking salmon in Sacramento River and San Francisco, Delta. Items offered must specifically meet the following specification to be considered for award: o Transmitter must have capability to be user configurable in the field using a portable laptop PC connected to a vendor supplied tag controller/activator. Re-programming parameters must include: Tag code value (4 digit hexadecimal number) and PRI (Pulse Rate Interval) between 2 and 60 seconds. o The following values must be able to be displayed and verified (but not necessarily changed) in the field using the vendor supplied portable tag controller/activator in stand-alone configuration: (1) Tag code value (4 digit hexadecimal number), (2) CRC value (cyclic redundancy check), (3) PRI Measured (pulse rate interval, in seconds with 1000th of a second precision) and (4) Estimated tag frequency (in kHz). o The tag's PRI may be changed by user at time of activation and the warranty life of that tag will be based on the warranty life for PRI stated in proposal. o Warranty tag life for PRI of 5 seconds shall be no less than 26.5 days. o Tags started 1 to 180 days after delivery date shall be expected to run for at least 100% of stated warranty life. o Tags started 180 to 365 days after delivery date shall be expected to run for at least 90% of stated warranty life. o Tags started more than 365 days after delivery date shall be expected to run for at least 75% of stated warranty life. o Warranty tag life for each of these pulse rate intervals; 3, 4.2, 5, 7, 10, and 60 seconds, shall be stated in quote. o Replacement transmitters for warranty claims shall be provided within 90 days from submittal of a bona-fide claim.* o Vendor shall provide an MS Excel format electronic file of specifications for each tag including hexadecimal ID, nominal PRI, measured tag weight in air, tag dimensions (length, width, and height), power output, warranty life at 5 seconds PRI, and manufacture date. o JSATS compatible - binary phase shift keyed code pulse operating on frequency of 416.7 kHz +/- 0.5%. Possible code set of 65,000 individual IDs o Power output of at least 154 dB re: 1uPa @ 1 meter o Labeled with 4 place alphanumeric code ID o Specific code IDs selected by user and provided to manufacture at time of award. o Coating of Parylene C, 25 micron thickness o Maximum weight in air of 0.32 grams o Maximum size of 11 x 5.2 x 4mm dimensions o Quantity: 740 o Delivery date: 600 tags by Jan 1, 2016, 140 tags by March 1, 2016. The government will randomly select 5% of transmitters and monitor to determine actual run time. If premature failure is observed, percent failed from the 5% subsample shall be scaled up to total number of tags purchased and warranty claim shall be based on this number. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote is considered to be technically acceptable at lowest evaluated price. The following factors shall be used to evaluate offers. 1. Ability of items offered to meet the technical specifications. 2. Capability of contractor to meet contact requirements and delivery schedule. 3. Price This procurement is 100% set aside for small business concerns under the North American Industry Classification System Code (NAICS) 334511 with a small business size standard of 750 employees. The government intends to issue a firm fixed price contract with required delivery for 600 tags no later than Jan 1, 2016 and the remaining 140 tags by March 1, 2016. All quotation must be FOB destination, Santa Cruz, CA 95060. Interested parties submitting a quote for equal product must submit a complete specification, brochure, pictures or drawings of product being offered. All interested parties must respond to this announcement within seven (7) calendar days of its publication. All responses must be in writing and may be faxed to (206) 527-7513 attention to Maria Mendoza or email at maria.l.mendoza@noaa.gov. This is a simplified acquisition. This notice is hereby issued as RFQ No.RA133F15RQ03415. The following provisions and clauses shall apply to this RFQ and resultant award. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (April 2014) 52.212-3 Offeror Representations and Certifications Commercial Items (March 2015) 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2014), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2015) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR 1352 clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. This procurement also requires contractors to complete the electronic representations and certifications at the SAM website. 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 website: 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 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-NFFR7500-15-03415/listing.html)
- Place of Performance
- Address: SANTA CRUZ, California, United States
- Record
- SN03787218-W 20150709/150707235057-c6897f7ae9890162e3f0c6246e6fef07 (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 |