Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOLICITATION NOTICE

66 -- RF Survey Meters and Probes - Statement of Need

Notice Date
9/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
1333MD18QNEEB0082
 
Archive Date
10/2/2018
 
Point of Contact
Donna Cohee, Phone: 757-824-7371
 
E-Mail Address
donna.l.cohee@noaa.gov
(donna.l.cohee@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Statement of Need The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Part 13. The requirement is to procure "Brand Name or Equal" Narda RF Survey Meters and Probes for the NOAA Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and Far Part 13. The Request for Quote (RFQ) number is 1333MD18QNEEB0082. The acquisition is being sought as an unrestricted set aside for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334515 -Size Standard is 750. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 1. Introduction/Background: The National Oceanic and Atmospheric Administration (NOAA) Office of Satellite and Product Operations (OSPO) is an organizational component of the National Environmental Satellite, Data and Information Service (NESDIS). The OSPO has operational responsibility for the Satellite Operations Control Center (SOCC) at Suitland, MD and the Command and Data Acquisition Stations (CDAS) at Wallops, VA and Fairbanks, AK to command and control the satellites, to track the satellites, and to acquire their data. The OSPO also manages and directs the operation of the central ground facilities which ingest, process, and distribute environmental satellite data and derived products, to domestic and foreign users. The presence of high power Radio Frequency (RF) energy within Wallops CDAS antenna systems necessitates a biannual RF Safety Survey to be performed to detect potentially harmful RF leaks. This RF Safety Survey is performed on all Wallops CDAS transmit-capable antennas using a RF Survey System consisting of an RF Survey Meter and associated E-Field probe. 2. Scope of Work: The purpose of this acquisition is to procure two RF Survey Systems that meet the specifications outlined in paragraph three of this SON. 3. Specifications: The specifications are solicited as a "Brand Name or Equal". Offers that are determined a non-Brand Name substitute must fully meet the salient characteristics listed in the solicitation and the offer must include the substitute manufacturer specifications for evaluation. NOAA Wallops CDAS requires RF Survey Systems, consisting of an RF Survey Meter and associated E-Field probe that meets the below requirements, at a minimum. The complete system requires both Quantity (2) Narda Safety Test Solutions Radio Frequency Survey Meter Model # NBM-550: Wallops requires this survey meter to replace failed and outdated meters currently in use, the Narda STS Model 8718B Survey Meter. The survey meter must be 1) in new OEM condition, and 2) a portable, handheld meter with an LCD display, controls for configuring the meter, and a physical and electrical connection point for the RF detecting probe, which is detailed below. The new survey meter must also meet the following specifications: Measurement units: V/m, mW/cm2, W/m2 Sensitivity: ≥ 1 µW/cm2 Measurement Types: Real Time, Maximum, Average Battery/Power: battery-powered, rechargeable, ≥20 hours operation per charge Memory Storage: ≥ 1000 readings Capable of accessing E-Field probe calibration Memory Storage: ≥ 1000 readings factors Must be compatible with E-Field probe listed below Quantity (2) Narda Safety Test Solutions E-Field Probe Model # EF1891: The E-Field Probe is required, along with the above survey meter to complete the RF Survey System. The probe shall contain RF sensing diodes or other component capable of detecting RF energy, a protective shell for the RF sensing elements, and an electrical and physical connection point for the RF Survey Meter, as described above. The E-Field Probe must in new condition and meet the following specifications: Isotropic Measurement Field Frequency Range: 10 MHz - 18 GHz Amplitude Measurement Range: ≥ 1 µW/cm2 to 200 mW/cm2 Linearity: +/- 3 dB from 10 MHz to 18 GHz Capable of storing probe calibration factors via EEPROM Must be compatible with RF Survey Meter listed above All Offers must be quoted per the Price Schedule CLin Template, as seen below: Item No. Description CLin 0001 Model: NBM-550 2400/101B RF Survey Meter 2.0/EA $_______ CLin 0002 Model: EF1891 2402/02B E-Field Probe 2.0/EA $_______ 3 MHz - 18GHz Offeror is responsible for including with quote the manufacturer specifications (Brand Name or Equal) for each model listed in this schedule. Quotes that do not include specifications will not be evaluated. Offer FOB: Destination Offers shall be evaluated on an individual basis in accordance with the evaluation criteria outlined in the RFQ only. Award will be made to the responsible offeror that meets the best value to the Government. The offer must meet 1) Technical Specifications Acceptability, 2) Delivery must meet the Government's need and 3) Price. Offers that meet or exceed these factors will be selected on a Lowest Price Technically Acceptable basis. The delivery will be 30 days from the date of award. AA16-05 NOAA Acquisition and Grants Office OMBUDSMAN (BR) Commerce Acquisition and Grants Office (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 35663 Chincoteague Road, Wallops Island, VA 23337; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.233-71 GAO and Court of Federal Claims Protests The following FAR Provisions and Clauses are provided in full text: 52.252-2, Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Specifications Acceptability- all offers must include a copy of manufacturer specifications (2) Delivery (3) Price (b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR Provisions and Clauses are incorporated by reference: 52.212-1, Instructions to Offerors (OCT 2015) 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2018) applies to this (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.232-40, Providing Accelerated payments to Small Business Contractors (Dec 2013). In addition the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016)52.222-21, Prohibition of Segregated Facilities, (APR 2015) 52.222-26, Equal Opportunity, (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors 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. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to donna.l.cohee@noaa.gov (E-mail only) by 1:00 P.M. EST on September 13, 2018. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 3:00 P.M. EST on September 17, 2018; any award resulting from this RFQ will be made based on technical specification acceptability, delivery and price. Quotes must be submitted electronically via e-mail to donna.l.cohee@noaa.gov. The anticipated award date is on or about September 18, 2018. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to donna.l.cohee@noaa.gov Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NCDCMD/1333MD18QNEEB0082/listing.html)
 
Place of Performance
Address: 35663 Chincoteague Road, Wallops Island, Virginia, 23337, United States
Zip Code: 23337
 
Record
SN05079073-W 20180909/180907231410-c601041e511fda409693aadf56c7f169 (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.