Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

B -- Camera Observing Systems (COS) for coastal research in Southern California

Notice Date
3/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
09WRQQ0067
 
Response Due
3/20/2009
 
Archive Date
3/6/2010
 
Point of Contact
REGGIE SOLOMON CONTRACTING SPECIALIST 9162789342 ;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A SEPERATE SOLICITATION WILL NOT BE ISSUED. The U.S. Geological Survey, Western Coastal and Marine Geology Team (USGS) has identified a requirement to collect various coastal observation data in Southern California, specifically at the Tijuana Estuary and the Santa Barbara Littoral Cell. COS will need to be installed in the Tijuana Estuary Research Reserve for the purpose of monitoring coastal conditions during the Fate and Transport Demonstration Project, described here: http://www.coastalconservancy.ca.gov/Programs/Tijuana/Tijuana_Science_Plan_v5.pdf The USGS estimates that two (2) systems will be required; proposed locations are Monument Mesa at the Border Field State Park and on the back beach immediately south of the Tijuana River mouth at the Tijuana Slough National Wildlife Refuge. COS will also need to be installed to observe coastal processes in the Santa Barbara Littoral Cell in Santa Barbara and Ventura Counties, CA. The USGS estimates that three (3) systems will be required; proposed locations are Goleta Beach, Oil Piers Beach, and the Ventura Pier. Collected data will also be provided by the USGS to other estuary researchers to evaluate their usefulness toward wildlife and natural resources inventories; data, therefore, must be free from restrictions regarding use for scientific purposes. This solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-30, dated 17 Feb 2009. The solicitation number for this procurement is 09RQQ0067 and is issued as a request for quote (RFQ). This procurement is reserved for small business. The North American Industry Classification System (NAICS) code is 541712 with an applicable size standard of 500 employees. The Small Business Competitiveness Demonstration Program does not apply to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must include a quantity, unit price and total amount for each item. Each quote should also include a completed a statement of work which outlines the objectives contained in this notice. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. EVALUATION/AWARD: The Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows; Lowest Price Technically Acceptable (LPTA). COS must be installed and maintained for a period of one (1) year, during which time data must be collected and transmitted to the USGS. Placement, permitting, installation, maintenance, and removal shall be the responsibility of the successful contractor. Data to be collected includes shoreline and river mouth position with accuracy of 5m, wave height with 50% accuracy, surf zone conditions (including turbidity and rip cell characteristics,) and human usage. The contractor shall certify adherence to all the criteria stated above in their quote. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Offerors that fail to furnish the required representation information via ORCA registration, or reject the terms and conditions of the solicitation may be excluded from consideration. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. This solicitation incorporates, by reference FAR 52.212-1, 52.212-4. FAR 52.212-3 and 52.212-5 are attached.Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition Against Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons. 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by Electronic Funds Transfer; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT:US GEOLOGICAL SURVEY, BRANCH OF ACQUSITIONS AND GRANTS, 3020 STATE UNIVERSITY DR EAST, STE 2002, SACRAMENTO, CA 95819 All quotes shall arrive to the attention of Reginald Solomon via email at rsolomon@usgs.gov NO LATER THAN 2:00 P.M. P.S.T. on 20 Mar 2009. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9c2eb5d41721683782abb85fb558ebd&tab=core&_cview=1)
 
Place of Performance
Address: Various locations in Southern California<br />
Zip Code: 95060<br />
 
Record
SN01763288-W 20090308/090306220023-b9c2eb5d41721683782abb85fb558ebd (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.