SOLICITATION NOTICE
67 -- MARINE DIGITAL STILL CAMERA WITH PROBES PACKAGE
- Notice Date
- 3/25/2010
- Notice Type
- Presolicitation
- Contracting Office
- Environmental Protection Agency, Contracts Management Section, 290 Broadway, 27th Floor, New York, NY 10007
- ZIP Code
- 10007
- Solicitation Number
- RFQ-NY-10-00004
- Response Due
- 4/9/2010
- Archive Date
- 5/9/2010
- Point of Contact
- Point of Contact, Carol Fitzpatrick, Purchasing Agent, Phone (212) 637-3384
- E-Mail Address
-
U.S. Environmental Protection Agency
(fitzpatrick.carol@epamail.epa.gov)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 541330 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Part 12. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation willnot be issued. This requirement is being issued per FAR 11.104, for brand name or equal components. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The associated NAICS code is 541330 and the small business size standard is $18.5 million. The United States Environmental Protection Agency (EPA) is engaged in monitoring in coastal and offshore areas of the United States of America which often requires non-destructive sampling and characterization of sediment surfaces and benthic habitats using specialized photographic equipment referred to as a sediment profile imaging camera. EPA currently utilizes an Ocean Imaging Systems 3731 sediment profile camera rated to 1000 meters. EPA seeks an underwater digital still camera package supplied complete with mounting hardware that is specific to our existing sediment profile camera, so that this still camera can be easily retrofitted to the Ocean Imaging Systems 3731 frame to allow plan view images of the sediment surface to be captured. The optics and geometry of the still camera must be configured so that neither camera will interfere with the operation of the other. This still camera package shall include a housed optics/camera/electronics assembly, two housed strobe assemblies, two scaling lasers and associated hardware, a bottom trigger switch, batteries and chargers, download cables, a technical instruction manual, and all other necessary equipment. EPA Region 2 has reviewed commercially available packages via the Internet and with the assistance and consultation of experts within EPA Office of Research and Development and the U.S. Army Corps of Engineers. This review identified the Ocean Imaging Systems cameras, strobes, housings, lasers, and hardware as particularly, perhaps uniquely well-suited for the proposed work. Specifically, the Region has selected the Ocean Imaging Systems Model DSC 12000 Digital Still Camera/Housing with 2 Model 3831 Internally Powered Strobe/Housings with Model B-373-76 Bottom Trigger Switch, scaling lasers and Mounting Hardware. The selection of the Ocean Imaging Systems products will ensure that the cameras, strobes, lasers, and mounting hardware are 100% compatible with the existing frame and thus minimize the field validation and verification needed for quality assurance. Therefore the specifications provided above are those associated with a specific package available from Ocean Imaging Systems; other providers will need to demonstrate that they can meet the following salient characteristics: This package must meet the following specifications: 1 - Camera and strobes to be self-contained, requiring only a physical cable connection to the sampling vessel. All deployed components to be rugged, constructed of materials resistant to corrosion in sea water, and rated at 1000 meter working depth minimum. 2 - Strobes to be capable of delivering at least 500 flashes between charges to facilitate survey applications. 3 - Digital imager to have a minimum 10 megapixel resolution, and to be readily available as a replacement. Unit shall have battery and memory capacity to capture at least 250 images before data download or battery recharge. 4- lasers allow for scaling of bottom features, and 5 - Most importantly, the attachment of the plan-view camera system to our existing Ocean Imaging Systems 3731 sediment profile camera, configured and tested so the plan-view camera will mount securely to the sediment profile camera frame, and both cameras will operate without interference. The vendor must provide evidence that clearly demonstrates that the proposed equipment meets the salient characteristics identified above and include a list of Government agencies or contractors, including name and phone number for point of contact, that have utilized similarly configured equipment with a Model 3731 Camera and Frame. Delivery of the instrument shall be FOB Destination (shipping cost included in the item price) within 60 days of receipt of order. Delivery, inspection and acceptance will be at: US Environmental Protection Agency, Division of Environmental Planning and Protection, Dredging, Sediments, and Oceans Team, 290 Broadway, New York NY 10007. The Government intends to issue a fixed price purchase order resulting from this solicitation to the responsive, responsible vendor whose quote represents the best value to the Government, price and other factors considered. The following factors, in order of importance, will be used for evaluation purposes: 1. Meets all salient characteristics described above. Pictures, documentation and references must be provided to establish that the package meets the characteristics 2. Repair and calibration facilities within the contiguous U.S. (lower 48 states) 3. Past performance of similarly configured camera 4. Interchangeability and compatibility of probes with other EPA-owned equipment on the OSV Bold (i.e. Ocean Imaging Systems 3731). 6. Price. Vendors doing business with the Federal Government are required to be registered in the Central Contractor Registration (CCR) database. Registration information can be found at https://www.bpn.gov/ccr/default.aspx. All vendors are to include with their quote a copy of FAR Provision 52.212-3. The following FAR clauses apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52-212.4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following additional FAR clauses, cited in Clause 52.212-5 apply: 52.223-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibitions of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52-225-1 Buy American Act-Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR clauses can be found at http://acquisition.gov/far/index.html. All technical questions are to be sent via email to fitzpatrick.carol@epa.gov. Technical questions regarding this RFQ must be submitted by April 1, 2010. All responsible sources may submit a quote to Carol Fitzpatrick, U.S. Environmental Protection Agency, 290 Broadway, 27th Floor, New York, NY 10007.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegII/RFQ-NY-10-00004/listing.html)
- Record
- SN02103118-W 20100327/100325235512-888302ef9f655a06c2e6f5e344a48497 (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 |