Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2003 FBO #0492
SOLICITATION NOTICE

66 -- Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Fact Find Plus Personal Locator Beacons

Notice Date
4/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-03-CQ-0055
 
Archive Date
7/18/2003
 
Point of Contact
Stephanie Kyles, Contract Specialist, Phone (206)526-4425, Fax (206)526-6025, - Crystina Elkins, Procurement Clerk, Phone (206) 526-4499, Fax (206) 526-6025,
 
E-Mail Address
stephanie.m.kyles@noaa.gov, crystina.r.elkins@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This is Solicitation Notice No. AB133A-03-CQ-0055. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. The Personal Locator Beacons (PLB) identified in this procurement are manufactured by McMurdo Pains-Wessex Survival Systems (PWSS). PWSS manufactures two models of PLB, one with GPS position contained in the distress message transmission by means of an INTEGRAL GPS receiver, and one with out the GPS position contained in the distress message transmission. The model names of these PLBs are the FastFind Plus and FastFind, respectively. The United States Coast Guard had conducted an exhaustive technical and performance based evaluation of PLBs and had identified PWSS as the best manufacturer of PLBs. Due to the fact that an extensive and thorough technical and performance review of the best available PLBs with out integral GPS has already been recently conducted by the USCG, the national authority in marine safety, a second review is wasteful and would yield PWSS as the one and only responsible source for PLBs. Furthermore, there are no manufacturers of PLBs, other than PWSS, that can provide a PLB with integral GPS and the following salient features listed in order of highest to lowest priority: 1. Integral GPS receiver 2. User-replaceable batteries 3. Greatest range/selection of coldest operating temperatures 4. Lightest weight (of models w/ integral GPS receiver) 5. Smallest size (of models w/ integral GPS receiver) 6. 30 meter positional accuracy 7. 20 minute (or better) positional updates 8. Low Cost NOAA personnel who would benefit from the added degree of safety provided by PLB technology have expressed a very strong desire for the FastFind Plus PLB due to it's integral GPS position reporting capability which greatly increases the time of rescue and therefore the safety of life at sea. Other manufacturer's of PLBs offer models that have a GPS capability, but these units require the carriage of a separate GPS unit, an interface cable, and some degree of user configuration. Due to additional requirements to enable the non-integral GPS PLBs to transmit a GPS position, they do not provide any value or additional degree of safety for NOAA personnel aboard boats. The upcoming field season is rapidly approaching and in order to truly provide the safest working environment for NOAA personnel and to minimize the risk of a fatality accident, these items must be purchased and distributed as soon as possible. Therefore, it is in the best interest of the Government to award this contract to McMurdo Pains-Wessex on a sole source basis. The proposal shall prepared in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items, and the offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. Include the additional clauses 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9 (Alt. 1); 52.232-34. A minimum quantity of 247 units will be ordered for delivery in 2003 and at the Government's discretion a maximum amount of 2000 units may be ordered during the life of this contract. However, the Government will be obligated to order only the minimum quantities specified. The order must be placed with McMurdo Paines-Wessex no later than April 30, 2003, in order to ensure proper delivery for use during the upcoming field season. Proposal from McMurdo Paines-Wessex must be received no later than 2:00 PM, Pacific Time, April 18, 2003. A Request for Proposals (RFP) will be prepared in accordance with Federal Acquisition Regulation Part 12. For a copy of the solicitation, please fax a copy of your request to Crystina Elkins at (206)526-6025. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far.
 
Record
SN00295674-W 20030406/030404213543 (fbodaily.com)
 
Source
FedBizOpps.gov 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.