Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOURCES SOUGHT

66 -- NRCS Snow Survey and Water Supply Forecasting, Component Supply IDIQ - Sources Sought with Items and Locations

Notice Date
3/27/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch
 
ZIP Code
00000
 
Solicitation Number
123C7818Q0007
 
Archive Date
4/21/2018
 
Point of Contact
Ryan F. Lorimer, Phone: 907-761-7744
 
E-Mail Address
ryan.lorimer@wdc.usda.gov
(ryan.lorimer@wdc.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought with Items and Locations This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there is an adequate number of HUBZone, 8(a), Service Disabled Veteran Owned, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, or Small Business contractors for the following proposed work. Additionally, the purpose of this market survey is to further determine what terms & conditions or contract structure prospective vendors would be looking for as a firm kitting these components; and how long prospective vendors could hold a firm fixed price in a contract for the required components recognizing that they are not the manufacturer of the kit components. The Natural Resources Conservation Service (NRCS), Contracting Services Branch on behalf of the NRCS Snow Survey Program, is interested in awarding one IDIQ contract for the work detailed below. A link to the program website is included for general program information: (32TUhttps://www.nrcs.usda.gov/wps/portal/nrcs/main/national/water/snowsurvey/U32T) Materials for Automated Snowpack Telemetry (SNOTEL) sites are purchased, installed, operated, and maintained by NRCS staff in the western U.S. to assist in identifying surface water supplies for agricultural (and other uses) from snowmelt runoff. Each SNOTEL site (over 1,000 agency-wide) consists of electronic instrumentation and associated infrastructure to collect snow and precipitation data in mountainous terrain in near-real-time and year-round. The NRCS Snow Survey program requires a streamlined procurement process for specific, specialized SNOTEL site parts and components. Currently, each state submits procurement requests (multiple times a year) for the same items with much duplication of efforts by the local (state) staff and mission support services staff. The goal of this proposed IDIQ approach is to develop a contract that encompasses all of the major SNOTEL site component needs for all states. This would be accomplished by one vendor kitting the required components (listed in the attached spreadsheet) and shipping to NRCS locations (identified in the attached spreadsheet) on an as needed basis. The Contract will have an ordering period of up to 5 years. An award for the Contract is anticipated for May 2018. The NAICS Code for this requirement is 334519 Other Measuring and Controlling Device Manufacturing and the small business size standard is 500 employees. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested HUBZone, 8(a), Service Disabled Veteran Owned, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, and Small Business contractors should submit a narrative demonstrating their experience in the specified work, as well as, their technical capabilities. Please include size of your firm relative to the size standard, details of similar projects, and completion dates. Capabilities statements shall be no longer than FIVE (5) pages. Responses should be sent to Ryan Lorimer at ryan.lorimer@wdc.usda.gov on or before 6 April 2018 4:00 p.m. EST. The vendor must be able to ship all components identified to all locations identified including Alaska, Colorado, Idaho, Montana, Oregon, and Utah. This is a Brand Name or Equal requirement. The following clause and provision will apply: 452.211-70 BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) 452.211-71 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): _____________________________ Brand Name or Equal Product identified by the Government in this solicitation:________________________________________________ Offered Product Name:_______________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. (End of Clause) Items to be kitted include but are not limited to the items identified in the attached spreadsheet:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fdced66b1536da0e19f1d7b774b4539)
 
Record
SN04868305-W 20180329/180327231553-1fdced66b1536da0e19f1d7b774b4539 (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.