Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

66 -- RECOVERY Acoustic Water Level Measuring Equipment

Notice Date
8/18/2009
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
EA133C-09-RQ-1205
 
Archive Date
9/12/2009
 
Point of Contact
Janie M Laferty, Phone: 757-441-6875, Robin Resweber, Phone: 757-441-3182
 
E-Mail Address
Janie.M.Laferty@noaa.gov, robin.resweber@noaa.gov
(Janie.M.Laferty@noaa.gov, robin.resweber@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, the Government posts this notice of intent to issue a Request for Quote (RFQ). The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Operational Oceanographic Products and Services, (CO-OPS), Engineering Division, Chesapeake, VA has a requirement for the purchase of Aquatrak acoustic water level measuring equipment. The equipment is due for delivery no later than September 30, 2009. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 334513 with a small business size standard of 500 employees or less. The Federal Supply Class (FSC) is 6680. The government intends to award a firm-fixed price purchase order for this requirement utilizing simplified acquisition procedures. The Request for Quotations is only available on line by downloading from this site. In order to comply with the Debt Collection Improvement Act of 1996, 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. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are to remain effective for 30 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Janie Laferty at Janie.M.Laferty@noaa.gov or faxed to 757-664-3645. Telephone requests will not be honored. This is a Commercial Acquisition and Federal Acquisition Regulations Part 12 apply. RECOVERY Name Brand Justification for Aquatrak OCS The Aquatrak Model 3000 Transducer (3003-XCR-4), the Aquatrak Model 4110 Controller (MC-4110-02), and the Aquatrak installation kit (28-3000-64) make up the standard acoustic water level monitoring system used at CO-OPS hydrographic stations in coastal areas throughout the continental United States. This purchase is for equipment to provide hydrographic support to Office of Coast Survey projects. Implementing a different system in place of the current system will result in additional cost and resources. Also, there will be resulting delay for testing, training, and purchase of support equipment. • Under the current CO-OPS operating system, any environmental monitoring system that has not previously been approved must be subjected to a series of tests to ensure the quality of the data produced by that sensor and the durability of that sensor for the intended use. These tests usually include bench testing using controlled conditions and physical measurement, controlled environmental testing to check a sensor's reliability under different conditions, and long term comparison testing with accepted sensors at multiple real world locations. These tests and the analysis of the resulting data take a large amount of time, money, and resources to conduct. • CO-OPS stations are design for optimal performance of these Aquatrak components. A change of water level monitoring system will result in a need to redesign the existing stations to accommodate the new system. • New mounting hardware will need to be developed and purchased to mount a new sensor. • The data collection platforms at CO-OPS stations are programmed to collect data from this Aquatrak equipment. If a new sensor is implemented additional cost for software development will be required. • Currently CO-OPS field personal and contractors are trained in the use and maintenance of this Aquatrak equipment. Additional cost will incur from having to train field personal and contractors on the use and maintenance of new equipment. • CO-OPS has developed extensive documentation on the setup and procedures for maintaining Aquatrak systems. If different components or sensors are purchased this documentation will need to be rewritten to include the new equipment. • Using another type of sensor will require the purchase of additional equipment so that the field crews can support multiple sensor types in a given region. • CO-OPS also has the ability and equipment to calibrate and repair this Aquatrak equipment. If a new sensor is implemented new equipment for that sensor will need to be developed and purchased. Additional training will also be required for those tasked with calibrating and repairing this equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-09-RQ-1205/listing.html)
 
Place of Performance
Address: NOAA/NOS/Center for Operational Oceanographic Products and Services, 672 Independence Parkway, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN01916259-W 20090820/090819000806-88634ceaea82808281e9c30b8d77fc36 (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.