Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

58 -- iMET-3150 Portable Upper Air Sounding System or equal with associated Radiosondes, De-Reelers, Balloons, and Parachutes

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133W-10-RQ-1195
 
Archive Date
10/1/2010
 
Point of Contact
Edward F. Tennant, Jr., Phone: 301-713-0828 x163
 
E-Mail Address
ed.f.tennant@noaa.gov
(ed.f.tennant@noaa.gov)
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is DG133W-10-RQ-1195, and the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This solicitation is not a small business set-aside. The associated NAICS code is 334220, and the small business size standard is 750 employees. Contract Line Item Number (CLIN) 0001: 12 each iMET-3150 Portable Upper Air Sounding System excluding system computer -- or equal. The salient characteristics which must be met in order for the Government to determine a product to be equal are as follows: (i) System must make high quality Boundary Layer pressure, temperature, and humidity soundings; (ii) System must use GPS in ascertaining wind speed and wind direction; (iii) System must operate at 403 MHz frequency or at 1680 MHz frequency; and (iv) System must be lightweight, highly portable and fit in a small space when transported as it will be hand-carried and used by incident meteorologists working in wildland fire situations and HAZMAT incidents. The Government will use its own laptop computer with the System. CLIN 0002: 144 each GPS Radiosondes compatible with CLIN 0001. CLIN 0003: 144 each De-Reelers compatible with CLIN 0002. CLIN 0004: 72 each 200 gram Meteorological Balloons. CLIN 0005: 144 each Parachutes for use with CLIN 0002. CLIN 0006: 72 each 100 gram Meteorological Pilot Balloons. All deliveries shall be made F.O.B. Destination within 90 days after award to the attention of Larry Van Bussum at the National Weather Service, 3833 S. Development Avenue, Building 3807, Boise, Idaho 83705. Government acceptance shall take place at destination. FAR Provision 52.212-1 applies to this acquisition, and there is one addendum to this provision. This addendum is as follows: 'The offeror shall include as part of its quotation the information called for by Paragraph (b) of FAR 52.212-1. Additionally, if requested to do so by the Contracting Officer, the offeror shall provide without charge to the Government a demonstration of its System at the National Weather Service office in Boise, Idaho. Such a demonstration will be required if the Government determines the demonstration to be necessary to evaluate whether the offeror's System is technically acceptable.' FAR Provision 52.212-2 does not apply to this acquisition. Any purchase order awarded as a result of this RFQ will be to the lowest-priced technically acceptable quotation from a responsible quoter. In order for a quotation to be technically acceptable, the Government must determine that the quoted products for all CLINs are technically acceptable in accordance with the terms of this RFQ and the offeror has acceptable past performance. The quoter shall include a completed copy of FAR Provision 52.212-3 in its quote. FAR Clause 52.212-4 applies to this acquisition, and there are no addenda to this clause. FAR Clause 52.212-5 applies to this acquisition, and the following additional FAR clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: FAR 52.204-10; 52.219-28; FAR 52.222-3; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-3; FAR 52.225-13; and FAR 52.232-33. Additionally, FAR Provision 52.211-6 applies to this acquisition and is incorporated in this RFQ by reference. With respect to Paragraph (c) of FAR 52.211-6, it is understood that, as noted above, a demonstration of the offeror's System may be required for the Government to determine that the offeror's System is technically acceptable. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Quotations must be submitted to the attention of Edward F. Tennant, Jr. by fax at (301) 713-2560 or by e-mail to Ed.F.Tennant@noaa.gov. Quotes are due by 5:30 pm Eastern Daylight Time on August 12, 2010. The name and telephone number of the individual to contact for information regarding this solicitation are Edward F. Tennant, Jr. and (301) 713-0828 extension 163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-10-RQ-1195/listing.html)
 
Record
SN02229675-W 20100807/100805234918-39d482b17c599301f17aa2ed1dbef570 (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.