Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
SOLICITATION NOTICE

52 -- Wind Monitoring Equipment

Notice Date
8/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Rescue 21 Project Resident Office (AK), 100 Savikko Road, Douglas, Alaska, 99824, United States
 
ZIP Code
99824
 
Solicitation Number
HSCG23-09-Q-AAK228
 
Archive Date
9/15/2009
 
Point of Contact
Mari K. Meiners, Phone: 907-463-2965
 
E-Mail Address
mari.k.meiners@uscg.mil
(mari.k.meiners@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. This solicitation is being issued as a Request for Quotations (RFQ) No. HSCG23-09-Q-AAK228. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation is set aside 100% for Small Business. The NAICS code is 334515. The small business size standard is 500 employees. This acquisition is for the purchase of five (5) wind monitors, five (5) wind recorder/data loggers and five (5) surge protectors. This is a brand name or equal specification as follow: Item 1. Wind Monitor – 5 each. R.M. Young Model 05103V-45M or equal. Salient characteristics: 1.Wind speed and direction in a single unit. 2.Propeller driven wind speed sensor. 3.Operational input voltage of 22 – 30 VDC or voltage from Data Logger. 4.No power required for heating. 5.Wind speed output of 0 – 50 m/s or greater. 6.Survival wind speed of 100 m/s. 7.Wind speed accuracy of +/-.5 m/s 8.Wind direction accuracy of +/- 5-degrees. 9.Operating temperature range of – 50 to +50 degrees Celsius. 10.Designed for operation and survival in harsh arctic environment. Item 2. Data Logger, R.M. Young Model 26800 or equal. Salient characteristics: 1.Operational input voltage of 22 – 30 VDC 2. Operational power use of 5 watts or less. 3.Minimum of 2,000,000 data storage points. 4.Accepts direct input from Anemometer. 5.Accepts direct input from 100 m/v shut. 6.Front panel programming capability. 7.Direct interface to laptop for programming and data retrieval. 8.Software for laptop programming and data retrieval provided. 9.Includes serial I/O interfaces of RS-232 and RS-485 for remote data retrieval. Item 3. Surge Protector, R.M. Young Model 19120 or equal. Salient characteristics: 1.The surge protection unit must be a small all weather enclosure box. 2.The enclosure box must include mounting hardware and weather proof cable input and output seals. 3.The surge protection shall activate at 35 VDC +/-2 VDC and shut unsafe signals or voltages to ground. Delivery terms are FOB destination, 100 Savikko Road, Douglas, AK 99824. Delivery is required no later than 14 days after receipt of an order. Delivery shall be made to: Commanding Officer Rescue 21 PRO AK Attn: Contracting Officer 100 Savikko Road Douglas, AK 99824 The following FAR Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors – Commercial Items (JUNE 2008) – Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, company quote form, etc.) but must include the following information: 1) Company’s complete name, mailing and remittance address; 2) Discounts for prompt payment if applicable; 3) Cage Code; 4) DUNS number; 5) Taxpayer ID number, 6) If the information is not available in ORCA, quoters shall include a completed copy of the provision at 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2009) with their offer. In addition to the above, offerors MUST include product information sufficient to determine whether an “equal” product conforms to the salient characteristics detailed in each of the three required items. The Government is under no obligation to contact the quoter for additional information if the quoter has submitted incomplete information. FAR 52.212-2 Evaluation – Commercial Items (JAN 1999) – Award will be a best value decision based on price and product features. Award may be made to other than the lowest price. Offers will be evaluated using simplified acquisition procedures and in accordance with FAR 13.106-2. The Government intends to award on an all or none basis to the responsible offeror whose offer conforms to the solicitation and provides the best value to the Government. Once quotes are received, the Government reserves the right a (but is not obligated) to communicate with offerors to obtain a complete understanding of the quotation. The Government reserves the right to negotiate individually with offerors selected for award in order to obtain terms and prices most advantageous to the Government. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (OCT 2008) applies to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (FEB 2009) – (a) The Contractor shall comply with the following Federal Acquisition Regulations (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of Commercial Items: (1)52.222-50, Combating Trafficking in Persons (FEB 2009) (2)52.233-3, Protest After Award (AUG 1996) (3)52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provision of law or Executive orders applicable to acquisitions of commercial items. The following clauses listed in 52.212-5(b) are incorporated: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003); 52.219-28 Post Award Small Business Program Representation (APR 2009); 52.222-3 Convict Labor (JUNE 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009); Affirmative Action for Workers with Disabilities (JUN 1998); 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003), 52.232-36 Payment by Third Party (MAY 1999). The following items are incorporated into this solicitation: (1) Homeland Security Acquisition Regulation (HSAR) Clause 3052.209-70 Prohibitions on Contracts with Expatriates (DEC 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov or http://dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.PDF (2) COMDTINST (Ombudsman) 4200.14 available at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY_PROTESTS.htm Quotes are due no later than 12:00 NOON, Alaska Standard Time on Monday, August 31, 2009. The Government intends to pay using the Government Purchase Card (Visa). Because of the time sensitive nature of this acquisition, no extensions of the due date or time are anticipated. E-mail quotations are acceptable and desired. Quotes and any questions shall be e-mailed to both of the following individuals: Mari Meiners at mari.k.meiners@uscg.mil and SK1 Mark Flores at mark.d.flores@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8511a3afc2eb0d5d5a43cd481888dbd8)
 
Record
SN01919170-W 20090822/090820235751-8511a3afc2eb0d5d5a43cd481888dbd8 (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.