SOLICITATION NOTICE
20 -- Dual Frequency Echo Sounder System
- Notice Date
- 7/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133M-09-RQ-0885
- Archive Date
- 8/8/2009
- Point of Contact
- Robin Resweber, Phone: 757-441-3182, Janie M Laferty, Phone: 757-441-6875
- E-Mail Address
-
robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov
(robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-09-RQ-0885. The U.S. Dept of Commerce, NOAA, Mission Support Division, 439 York Street, Norfolk, Virginia has a requirement for the following: 1 Each - Echo Sounder System shall include the following Salient Characteristics 1. Dual Frequency with optional third channel 2. Modular configuration includes rack mount option, Ethernet LAN interface, frequency agile configurable transceivers, standard serial interfaces for data acquisition systems, motions sensors and DGPS receivers. 3. System shall interface-able with options include modular sunlight viewable color LCD chart with internal data storage, high-resolution thermal paper recorder or display and control on PC. 4. Deliver perfect union of flexibility and technology, viewed through a user-friendly networked Windows interface, e-chart. 5. Capable of handling side scan, bathymetric or shallow sub bottom investigation tasks with flexibility. 6. Meet the following specifications A. Frequency 1) High band: 100 kHz - 1 MHz 2) Low band: 3.5 kHz - 50 kHz B. Output Power 1) High: 100 kHz - 1 kW RMS max 200 kHz - 900 W RMS max, 750 kHz - 300 W RMS max 2) Low: 12 kHz - 2 kW RMS max, 50 kHz - 2 kW RMS maxo C. Resolution 1) 0.01 m/0.1 ft D. Accuracy 1) 0.01 m/0.10 ft +/- 0.1% of depth @ 200 kHz 2) 0.10 m/0.30 ft +/- 0.1% of depth @ 33 kHz 3) 0.18 m/0.60 ft +/- 0.1% of depth @ 12 kHz E. Depth Range 1) 0.2 - 200 m/ 0.5 - 600 ft @ 200 kHz 2) 0.5 - 1600 m/1.5 - 5000 ft @ 33 kHz 3) 1.0 - 6000 m/3.0 -20,000 ft @ 12 kHz F. Phasing 1) Automatic scale change, 10%, 20%, 30% overlap or manual G. Sound Velocity 1) 1370 - 1700 m/s H. Transducer draft setting 1) 0-15 m (0-50 ft) I. Depth Display 1) On control PC and remote LCD display J. Annotation 1) Internal - date, time, GPS position 2) External - From RS232 or Ethernet K. Interfaces 1) 4 X RS232 or 3 X RS232 and 1 X RS422 2) Inputs from external computer, motion sensor, sound velocity 3) Outputs to external computer, remote display 4) Output with LCD chart 5) Ethernet interface 6) Heave - TSS1 or sounder sentence L. Blanking 1) 0 to full scale Required Delivery Date is August 31, 2009. Delivery is required F.O.B. Destination to NOAA Mission Support Division, Norfolk, VA. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. July 24, 2009; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (8), (18), (19), (20), (21), (22) (31), (34) and (39).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-0885/listing.html)
- Place of Performance
- Address: 439 York Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN01874747-W 20090716/090715000138-fe3d40ac32ddd37a75695bd78e9b628b (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 |