Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2006 FBO #1593
SOLICITATION NOTICE

16 -- PROVIDE FOUR HEITRONICS INFRARED RADIATION PYROMETER MODEL KT19.85-II OR EQUIVALENT AND FOUR HEITRONICS INFRARED RADIATION PYROMETER MODEL KT 19.99 OR EQUIVALENT

Notice Date
4/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
NAAN6000601213CMM
 
Response Due
4/20/2006
 
Archive Date
5/5/2006
 
Point of Contact
Carey Marlow, Contract Specialist , Phone (816)426-7460 , Fax 816-426-7530,
 
E-Mail Address
carey.m.marlow@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill, AFB FL to provide four (4) Heitronics Infrared Radiation Pyrometer Model KT19.85-II or equivalent and four (4) Heitronics Infrared Radiation Pyrometer Model KT19.99 or equivalent. This constitutes the only Request For Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not 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, 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. This notice is hereby issued as RFQ No. NAAN6000601213CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-6 Brand Name or Equal (Aug. 1999), 52.212-1 Instruction to Offerors – Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications – Commercial Items (Mar. 2005), 52.212-4 Contract Terms and Conditions – Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Feb. 2006) (Sections 5,14, 15,16, 17, 18, 19, 20, 23, 26, and 31), 52.217-7 Option for Increased Quantity – Separately Priced Line Item (Mar. 1989) { The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 9 calendar months following the date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless parties otherwise agree. However, the Government is not obligated to exercise the option for the quantity specified. The quantities specified as options are estimates only.}, 52.247-35 FOB Destination, Within Consignee’s Premises (Apr.1984). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer’s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) {The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the specified product or equivalent; Warranty; Delivery; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hanger 5, MacDill, AFB FL 33621. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Thursday, April 20, 2006. Offers may be faxed to 816-274-6923, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Information, documentation, and descriptive literature which demonstrates the firm’s capability to provide equipment that meets or exceeds the Government’s requirement. 2. Information on the commercial warranty that covers the equipment. 3. A delivery schedule that meets or exceeds the schedule specified herein. 4. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 5. A completed price schedule for all line items identified in this notice (include standard catalog pricelist if applicable.). 6. FAR provision 52.212-3 Offeror Representations and Certifications – Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. PRODUCT DESCRIPTION: Provide four (4) Heitronics Infrared Radiation Pyrometer, Model KT19.85II or equivalent, 9.6-11.5 um, 2.5 FOV w/VS921 vacuum – tight germanium lens, RS-232 interface, four (4) analog outputs, -100 to 50C temperature range, response time : 5msec to 10 minute programmable, accuracy: +/- 0.4 C @ -20C (1 second response time). Provide four (4) Heitronics Infrared Radiation Pyrometer, Model KT19.99 or equivalent, 14-16 um, 2.5 FOV w/ VS921 vacuum – tight germanium lens, RS-232 interface, four (4) analog outputs, -100 to 50 C temperature range, response time: 5msec to 10 minute programmable, accuracy: +/- 0.4 C @ -20C (1 second response time). NOAA Aircraft Operations Center operates two P-3 aircraft in support of atmospheric research. Each aircraft measures and records a variety of atmospheric parameters including sea surface temperature (SST) and CO2 temperature. AOC currently uses Barnes/Pyrometer Instrument pyrometric sensors with custom control units designed and built at AOC. The sensors have provided accurate temperature measurement over the years but have reached the end of their service life. Barnes/Pyrometer Instrument has not done significant improvements to their sensor/control unit in many years. Replacement sensors and control electronics are expensive and are large heavy components that do not utilize many of the advances that have taken place in infrared radiometer measurements and smart sensor technology over the years. A cost effective, modern compact replacement sensor that meets or exceeds current accuracy and performance capability is needed. Measurement of SST and CO2 temperature from the NOAA P-3 aircraft is done using infrared radiation detectors. To keep size and complexity to a minimum, non cooled detectors are preferred. Pyroelectric sensors provide the best detectivity, response time, reliability and stability of the non cooled infrared detectors available. Pyrometric detectors do no respond to absolute radiation intensities but to changes in radiation. Mechanical choppers that mirrored surfaces are used to periodically interrupt the incident radiation from the target to the detector. During each interruption the detector is exposed to a reference source inside the radiometer. The chopped radiation method minimizes/eliminates temperature drift, reduces signal noise, and provides excellent dependability, accuracy, response time. The replacement instruments must utilize an uncooled pyroelectric sensor with a chopped radiation method of detection. A spectral response of 9.6 to 11.5 microns for SST radiometers and 14 to 16 microns for CO2 temperature radiometers is required. Lens assemblies must be vacuum-tight Germanium lenses with a 2.5 degree field of vies (FOV). Standard temperature range for the instruments must span -75 to 50 C. Options must include selectable response time, multiple programmable analog output signals, RS-232 serial interface, and adjustable emissivity/reflectivity (see specifications below). The Heitronics Infrared Radiation Pyrometers, Model KT19.85-II (SST) and Model KT19.99 (CO2), meets the above requirements for accurately measuring sea surface and CO2 temperatures from the NOAA P-3 Research Aircraft. Specifications / Salient Characteristics Spectral Response: Sea Surface Temp/Cloud Detector 9.6 – 11.5 um CO2 Temperature 14 – 16 um Field of View (FOV) 2.5 Degrees Measurement Temperature Range -100 – 50 C SST Accuracy (1 sec response time) +/- 0.5 C @ -20 C CO2 Accuracy (1 sec response time) +/- 1.0 C @ -20 C Emissivity / Reflectivity Adjustable 0.1000 tom 1.000 in 0.001 increments Lens/Assembly Germanium w/Vacuum-tight Flange Response Time 5 msec – 10 min, Programmable Analog Output 4 Scalable Outputs, Programmable Voltage and Current Serial Interface RS-232, Bi-directional, Baud Rate 9600-115,200 bps Power Requirements 28 VDC Size Self-contained, Compact, Lightweight Unit Containing Sensor and Control Electronics Operating Temperature Range -20 to 60 C Total Weight <8 lbs. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 – Four (4) Heitronics Infrared Radiation Pyrometer Model KT19.85II or equivalent. $___________ $__________ CLIN #2 – Four (4) Heitronics Infrared Radiation Pyrometer Model KT19.99 or equivalent. $___________ $___________ The following shall be completed if quote is for Equipment other than Heitronics Infrared Radiation Pyrometer Model KT19.85II: Brand Name: _______________________________________ Manufacturer: ______________________________________ Model Number: _____________________________________ The following shall be completed if quote is for equipment other than Heitronics Infrared Radiation Pyrometer Model KT19.99: Brand Name: _______________________________________ Manufacturer: ______________________________________ Model Number: _____________________________________ OPTION I CLIN # 3 – Option for up to 4 additional Heitronics Infrared Radiation Pyrometer, Model KT19.85II or equivalent. Identical CLIN item # 1. $__________each $__________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, shipping, manuals, and warranty. DELIVERY SCHEDULE: Required Delivery: June 15, 2006. (Assuming that the Government will make award by April 30, 2006. Each Delivery date in the delivery schedule will be extended by the number of calendar days after the above date the purchase order is in fact awarded. The offeror should compute the time available fro performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mail.) Planned Delivery Date: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WILL RENDER THE OFFER NON-RESPONSIVE (See FAR 52.212-1 (b) (4)). END OF NOTICE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/CASC/NAAN6000601213CMM/listing.html)
 
Place of Performance
Address: AIRCRAFT OPERATIONS CENTER PO BOX 6829 MACDILL AFB, FL 33608
Zip Code: 33608
Country: USA
 
Record
SN01021697-F 20060407/060405221642 (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.