SOLICITATION NOTICE
66 -- Spare and Replacement Seabird Instruments, and repair and calibration of instruments
- Notice Date
- 6/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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
- AB133F-04-CN-0066
- Response Due
- 7/8/2004
- Archive Date
- 11/8/2004
- Point of Contact
- Donald Caldwell, Contract Specialist, Phone (206) 526-4549, Fax (206) 526-6025,
- E-Mail Address
-
donald.e.caldwell@noaa.gov
- Description
- This publication serves as a notice of intent to procure repair/calibration services and equipment, on a sole-source basis, from Seabird Electronics, a small business located in Bellevue, Washington. The Government intends to obtain these services and supplies services from Seabird because compatibility with existing equipment and data is required. This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subparts 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is AB133F-03-CN-0066. The NAICS code for this acquisition is 334519. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2001-23. A fixed-price ID/IQ contract is anticipated. STATEMENT OF WORK Scope: This procurement is for services and equipment. Services include factory maintenance of needed repairs, upgrades, and calibration of Government equipment (Seabird Electronics model numbers: 26, 26plus, 37, 39 and associated components and sensors), and is described below. All maintenance shall meet manufacturer specifications and requirements as well as those indicated in this SOW. Equipment is described below and in the manufacturer?s product specifications. CALIBRATION Calibration shall be defined as the measurement of the GFE and any required adjustments to the associated electrical, electronic, mechanical, and/or physical parameters to bring the GFE into an Operational Readiness Status. It includes written documentation and certification as proof of the calibration. Operational Readiness Status is defined as the capability to function and collect oceanographic data that meets government and manufacturer specifications. The contractor shall calibrate the GFE to meet or exceed the manufacturer specifications the equipment was initially purchased under and any manufacturer specification revisions later added by the manufacturer. Calibration of temperature sensors shall be performed over the range of 1 to 32 degrees C with at least six (6) temperature points obtained in artificial seawater with a nominal salinity of 35 [PSU] reporting acceptable data. No two consecutive points or end points shall be dropped. Conductivity calibration shall be performed in artificial seawater over the range of 0 to 6 S/m with at least six (6) points reporting acceptable data. No two consecutive points or the zero point shall be dropped. The upper end point of the conductivity sensor may be dropped at the discretion of the Contractor Management. Calibrations of pressure sensors shall be performed for the full range of the sensor with at least six (6) pressure points reporting acceptable data. The Contractor shall provide the Technical Representative with Calibration Certificates in Adobe Acrobat (PDF) file format (see below). The Calibration Certificate shall report: Type of Calibration; Sensor Serial Number; Calibration Date; Coefficients; and other pertinent information. The Calibration Certificate shall show the following tabular data where pertinent: Bath Temperatures Points (in deg C), Instrument Frequency (Hz), Instrument Temperature (in deg C), Bath Salinity (PSU), Bath Conductivity (Seimens/m), Instrument Conductivity (Seimens/m), Residuals, and other data considered relevant. The Contractor shall adhere a manufacturer calibration sticker to each calibrated sensor. At a minimum, the sticker shall report the calibration date and manufacturer serial number. The stickers need to be able to survive underwater conditions. MAINTENANCE The definition of Maintenance for this procurement is as follows: Any testing, debugging, replacement of defective parts, and calibrations or re-calibrations to bring the GFE into an Operational Readiness Status. Operational Readiness Status is defined as the ability to function and collect oceanographic data that meets government and manufacturer specifications. The contractor shall make needed repairs and modifications to the GFE as required. The contractor shall generate an itemized dated maintenance report of all repairs and calibrations made to each system and/or sensor. The report shall list all parts replaced. The contractor shall provide the Technical Representative with an Adobe Acrobat (PDF) file of each maintenance report (see below.) REPLACEMENT INSTRUMENTS AND ADDITIONAL INSTRUMENTS The following Sea-Bird Electronics (SBE) model numbers: 26plus, 37, 39 and their related spare or accessory parts, supplies and repair components shall be included. New equipment delivered shall conform to the contractor?s published specifications, manuals, data sheets or other descriptive literature. Procured items will be utilized in custom designed Government equipment. Data interface, upload and query commands, dimensions, connectors, and mating surfaces to be consistent with SBE models 26, 37, 39. For replacement and/or new instruments purchased in quantities of ten or more, the contractor shall provide a spreadsheet file which contains a list of the full serial number of each instrument purchased. The purpose of this file is to simplify the importation of this information into the Government?s inventory database. GENERAL The operational scenarios involves multiple two-year deployments with routine maintenance and calibration between deployments. Instruments and sensors are expected to perform within specification for multiple two-year deployments. Any GFE shall be returned to the government upon termination of the contract. If any single item of the GFE delivered to the contractor for calibration, maintenance, and/or repair is considered as beyond economical repair, the contractor shall contact the Technical Representative for a decision related to repair, replacement, or disposition. The contractor shall routinely replace all Batteries prior to shipping the GFE back to the government. If appropriate, the contractor shall replace all Lithium batteries (memory and clock back-up) installed on the PC boards to ensure sufficient functional life expectancy of no less then 18 months after shipping the GFE back to the government. The contractor shall provide a one year warranty on all major replacement parts and associated workmanship not covered under a previous warranty, if the government is charged for a major part replacement. The warranty shall start from the date of shipment back to the Government. The contractor shall provide the Technical Representative an electronic ?package? within 1 working day of the scheduled return of GFE or delivery of newly purchased equipment. The package shall consist of Adobe Acrobat (.PDF) files of the maintenance reports (if applicable), calibration certificates, and system configuration sheets. The package shall also contain any applicable configuration files (.CON or .INI files) and other relevant files or information. The filenames of the documentation should include the complete serial number of the instrument. The above shall be included in the shipment as digital files on CD-R, DVD-R or other suitable media. The contractor shall keep copies of these files until confirmation of receipt of the shipment and acknowledgement by the Technical Representative that the digital files can be accessed. PRICE SCHEDULE: The Seabird price schedule will be incorporated into the contract. The Government will order work through task orders or delivery orders. PERIOD OF PERFORMANCE: Five years. The offeror shall submit 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. FAR clause 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. Add the following addenda: FAR clauses 52.214 34, 52.214 35, 52.216-1, 52.216-18, 52.216-19, 52.216-22, 52.217-8, 52.217-9, 52.219 4, 52.219-8, 52.219 23, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.232 34, 52.219-8, 52.222-3, 52.225-1, 52.225-5, 52.232-33, 52.233-3. CAR clauses 1352.201 70, 1352.201 71, 1352.215 71 and 1352.233 71. Full text of FAR clauses can be found on http://www.arnet.gov/far. Full text of CAR clauses can be found on www.oamweb.osec.doc.gov/APP/cartoc.htm under ?local clauses.? *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR 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.*****
- Record
- SN00609330-W 20040626/040624211800 (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 |