MODIFICATION
66 -- 66 - Oceanographic Equipment
- Notice Date
- 1/26/2006
- Notice Type
- Modification
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- NRMAD000-6-00562SLW
- Response Due
- 2/3/2006
- Archive Date
- 2/3/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a modification to announcement NRMAD000-6-000562SLW to change the specifications. This is a notice of intent to obtain 5 instruments, 3 Conductivity ,Temperature and Dept (CTD) Sensors and, 2 Conductivity and Temperature (CT) Sensors. This is a notice of intent to obtain three (3) Conductivity Temperature and Depth (CTD) Sensors: To be considered interested parties must be able to demonstrate their ability to provide the oceanographic equipment that meets the following specification: The minimum functional requirements for this instrument are as follows: Three (3) CTD?s- Salinity, determined as a function of temperature and conductivity of seawater, is critical for coral reef monitoring. The Integrated Coral Observing Network (ICON) requires a precise measure of these parameters. Conductivity precision greater than or equal to 0.005 mS/cm accuracy with a 0.0001 mS/cm resolution and the temperature measure of at least 0.005 0C accuracy with a 0.0010C resolution is required. Internal data storage is also required for this instrument. The ICON (Integrated Coral Observing Network) Project already solely incorporates Falmouth Scientific (FSI) NXIC Series CTD?s. Therefore, new units must be able to directly plug into and operate with our existing hardware and software. Due to the mounting specifications for the CTD, the project requires instruments that do not suffer from proximity effects and are able to be cleaned by divers without affecting factory calibration. The CTD must incorporate passive antifouling controls that are not detrimental to the marine environment. The CTD must also be able to accept four, 0-5V and one RS 232 ancillary sensors, internal memory storage and internal battery pack. The CTD sensor must record the conductivity, temperature and depth internally while simultaneously up loading the data via the RS-232 interface to our data logger, which transmits the data hourly via GOES satellite. If any problems arise and transmission to the GOES satellite stops or the external power drops below 12vdc, no conductivity, temperature or depth data is lost. Required Specifications: Conductivity: Range 0 to 90 mS/cm, Accuracy 0.005 mS/cm, Resolution 0.0001, mS/cm,Temperature: ?5 to +450C, Accuracy 0.0050C, Resolution 0.0010C,Depth: 0 to 20 meter Full Scale, Accuracy 0.1% of Full Scale, Resolution 0.002% Full Scale, Non External Inductive Conductivity Cell free from proximity effects, Memory: 2048k Byte non-volatile FLASH memory, Data Storage: Conductivity, Temperature, Depth and Time = to 185,000 samples, Real-Time Clock: Accuracy ? 2.6 minutes/year, 4 0-5V analog, and 1 RS 232 ancillary input, Internal Battery backup: 80,000 samples (incase of solar power failure) 7.2ahr Alkaline battery pack, which can be, shipped separate from instrument without hazardous material restrictions, External Input Power: 40ma @ 9 to 24vdc, Passive, non TBT based antifouling controls, with diver cleanable conductivity cells. Two (2) CT?s- Salinity, determined as a function of temperature and conductivity of seawater, is critical for coral reef monitoring. The Integrated Coral Observing Network (ICON) requires a precise measure of these parameters. Conductivity precision greater than or equal to 0.005 mS/cm accuracy with a 0.0001 mS/cm resolution and the temperature measure of at least 0.005 0C accuracy with a 0.0010C resolution is required. The instrument must be supplied with an external RS232 interface for communication to our data logger. The ICON Project already solely incorporates Falmouth Scientific (FSI) NXIC Series CTD?s. Therefore new units must be able to directly plug into and operate with our existing hardware and software. Due to the mounting specifications for the CTD the project requires instruments that do not suffer from proximity effects and are able to be cleaned by divers without affecting factory calibration. The CT sensor must incorporate passive antifouling controls that are not detrimental to the marine environment. The CT Sensor must contain a real time clock and will automatically output data on power up. Required Specifications:Conductivity: Range 0 to 90 mS/cm, Accuracy ? 0.005 mS/cm, Resolution 0.0001, mS/cm, Temperature: ?50C to +450C, Accuracy 0.0050C, Resolution 0.0010C, Non-External Inductive Conductivity Cell free from proximity effects, Passive, non-TBT based antifouling controls, with diver cleanable conductivity cells, Real-Time Clock: Accuracy ? 2.6 minutes/year,The system must include a one-year warranty, parts, labor and travel. All computer hardware and software must be better or equal the current software in use. To be considered, firms must furnish detailed information concerning their capability to provide the supply and satisfy the Government?s needs. Along with descriptive literature to support the equipment being offered. Such information shall include, at a minimum, name, telephone number and address of concerns for whom you have furnished this supply previously, and detailed narrative that describes your facility and ability to provide the sensor that will meet the requirements described herein. This notice is for a supply for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties must respond within (10) days after original publication of this notice. If no affirmative responses are received, the government intends to issue a purchase order to Falmouth Scientific, Inc. Faxed information can be sent to 816-294-6993, Attn: Sharon Walker. The Central Region Administrative Division (CRAD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR 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. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-426-7530. Attn: Sharon Walker.
- Record
- SN00973513-W 20060128/060126211842 (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 |