Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2005 FBO #1158
SOLICITATION NOTICE

66 -- Mini Marine Magnetometer System

Notice Date
1/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0236
 
Response Due
1/31/2005
 
Archive Date
3/2/2005
 
Description
The Regional Contracting Department Pearl Harbor intends to negotiate a sole source unrestricted contract with Geometrics, Inc. per FAR Part 13.5. This is a combined Synopsis/Solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6 supplemented with additional information included in this notice. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends on negotiating a firm fixed price contract for a G-882 Mini Marine Cesium Magnetometer System for the Joint POW/MIA Accounting Command (JPAC). ITEM 0001 ? G-882 Mini Marine Cesium Magnetometer System. Includes complete system assembled and ready to deploy with associated electronics modules installed in a waterproof non-magnetic fiberglass tow body approximately 5 ft. in length. Includes 200 ft (60 m) tow cable terminated to the tow body and shipboard Junction Box with detachable underwater connectors. Tow cable has an O.D. of 0.48 inch an! d a Kevlar strain member of approximately 4,000 lb breaking strength and 700 lb operating load. Pressure rating is 4,000 psi (9,000 ft). Also includes universal (110/220VAC) power supply and AC/DC power/data junction box for splitting of data. Utility software included. Model CM-221 Larmor counter installed, providing typical sensitivities of 0.0004/sq-rt Hz RMS or approximately 0.05nT at 10 Hz, sample rates up to 20 Hz. ITEM 0002 ? G-882 Marine Magnetometer Tow Cable. Provides 500 ft (152 m) length, 0.48 inch O.D. with Kevlar strain member having 3,600 lbs breaking strength. Cable includes two #14 conductors and three #22 conductors with polyurethane jacket. Cable is terminated on both ends for attachment to G-882 Cesium sensor assembly and on board power/signal cable. ITEM 0003 ? Depth Sensor Transducer. Includes pressure transducer and related circuitry to measure the tow body depth to one percent of full scale accuracy. Use in fresh or salt water. ITEM 0004 ?! Serial to USB 4 Com Port Converter. Provides Keyspan USB to Serial Port converter for logging of GPS and Magnetometer RS-232 data. ITEM 0005 ? G-882 Lead Keel Weight Collars, total dry weight is 14 lbs. Quantity: 3. ITEM 0006 ? G-882 On-Board Power and Signal Cable. Includes 30 m (100 ft) multi-conductor cable with connectors on each end for attachment to tow cable and G-882 magnetometer power/junction box. Item 0007 ? Assembly for Sensor Altitude Measurement. Provides Altitude Echo Sounder module mounted within the magnetometer tow body. Rated at 4,000 m depth operation. Item 0008 ? Maglog-Lite Cesium Magnetometer/Gradiometer plus GPS Logging and Display Software. System provides graphical display of total field and gradient from multiple magnetometers, altitude above seafloor, sensor depth or other analog data input. ITEM 0009 ? Magmap2000 Processing Software for Windows 98 and Windows XP/NT. Provides IBM PC/AT compatible software for processing data files fro! m Maglog-Lite logging software for G-882 Mini Marine Magnetometer. Item 0010a ? Null Modem Cable. Serial cross-over cable terminated with DB-9 connectors. Used for interconnecting logging computer with other logging devices. Item 0010b ? RS-232 Wye Cable. Serial cable used to share digital data from an output device between two other input devices. Item 0010c ? G882 Marine Magnetometer Tow Cable. Provides 61 m (200 ft) length, 0.48 inch O.D. with Kevlar strain member having 3,600 lbs breaking strength. Cable includes two #14 conductors and three #22 conductors with polyurethane jacket. Cable is terminated on both ends for attachment to G-882 Cesium sensor assembly and on board power/signal cable. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation will be issued/posted at the NECO website http://www.neco.navy.mil on or about 25 January 2005. This solicitation ! document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The NAICS Code is 334519; the business size standard is 500 employees. This requirement is for the G-882 Mini Marine Cesium Magnetometer System to be delivered to the Joint POW/MIA Accounting Command (JPAC), Camp H.M. Smith, HI 96861. Required delivery is (30) days, F.O.B. Destination. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedu! le, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions:! FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33, Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 31 JANUARY 2005. Quotes may be mailed, ! faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200A.RK), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at 808-473-0811. E-mail quotes may be addressed to ryan.kanda@navy.mil.
 
Record
SN00739822-W 20050127/050125212307 (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.