Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

66 -- Acoustic Doppler Current Meter

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
U.S. GEOLOGICAL SURVEY12201 SUNRISE VALLEY DRIVERESTONVA20192US
 
ZIP Code
00000
 
Solicitation Number
G11PS00616
 
Response Due
7/19/2011
 
Archive Date
8/18/2011
 
Point of Contact
PAULETTE Hundley
 
E-Mail Address
phundley@usgs.gov
(phundley@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is xxxxxxxxxxxx. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.. The NAICS code is 334516 The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: Sontek SL1500, Sontek SL-500, Sontek Hydroboard, Spread Spectrum Telemetry, DGPS (see detailed description below). FAR 52.211-6 -- Brand Name or Equal is hereby incorporated below. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products Please quote Brand Name or Equal with regards to the following specifications: CLIN QTY ITEM UNIT PRICE EXTENED PRICE0001 SL-1500/232 12 Each 1500-kHz 2-D side-looking real-time acoustic Doppler current meter with RS232/SDI-12interface. Features programmable range selection, vertical acoustic beam for water-level measurement multi-cell (10) pressure sensor(10m, 0.25pct accuracy current profiling, integrated temperature sensor, True compass/2-axis tilt. pressure sensor (10m,0.25 pct accuracy and 4MB data storage in low profile (7.3cm), polycarbonate pressure case (30cm max. depth) with integrated mounting plate. Includes internal flow calculations for both instantaneous flow and total volume. Windows based software includes View Argonaut ( for data acquisition, analysis and flow calculations) Flow Pack ( for velocity-index discharge rating) Utility software for PCs and PDAs) Includes tool kit, power supply and manual (PDF) on CD10-m power and RS232/SDI-12 Communications Cable Flow Display capable, 8-pin male, wet-pluggable to 9-pin D-sub0002 SL-500 5 Each 500-kHz 2-D side-looking real-time Doppler Current meter with RS232/SDI-12 Interface. Features programmable range selection. Vertical acoustic beam for water-level measurement, multi-cell (10) current profiling, integrated temperature sensor, Truecompass/2-Axis tilt sensor, pressure sensor (20m, 0.25 pct accuracy) and 4MB data storage in low-profile (13cm) urethane pressure case (30m max. depth) with base mounting plate. Includes: View Argonaut ( for data acquisition, analysis and flow calculations) Flow Pack ( for velocity-index discharge rating) Utility software for PCs and PDAs) Includes tool kit, power supply and manual (PDF) on CD10-m power and RS232/SDI-12 Communications Cable Flow Display capable, 8-pin male, wet-pluggable to 9-pin D-sub 0003 4 Each Hydroboard for RiverSurveyor S5 and M9 Systems, 47-in (119cm)0004 1 Each Spread Spectrum Telemetry/External Power/DGPS Module for remote data collection. Consists of: Rover unit in a waterproof enclosure containing a spread spectrum radio modem, GPS receiver/antenna, 2 rechargeable battery packs, a 1-m processing cable for connection to S5 or M9 unit and a base station with sa sparead spectrum radio modem and 2 rechargeable battery packs for connecting to customer supplied computer, Also includes battery charger.USGS requests responses from qualified sources capable of providing the following items brand name or equal. Note: If providing an equal please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). The anticipated award date for this requirement will be July 30, 2011. Delivery shall be within 30 days after award or sooner.This notice can be found at the following web address https://www.fedconnect.net/FedConnect/. For additional questions contact Paulette Hundley@ phundley@usgs.gov. Oral communications are not acceptable in response to this notice. No numbered Notes apply. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (Jul 2006);52.212-1 Instructions to Offerors - Commercial Items (Nov 2007); 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002);. The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007),52.222-3 Convict Labor (Jun 2003),52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007),52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (Mar 2007),52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998),52.222-50 Combating Trafficking in Persons (Aug 2007),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006),52.232-33 Payment by Electronic Funds Transfer).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00616/listing.html)
 
Record
SN02498067-W 20110715/110713235706-218c1a1998952d19433b0828257ceddb (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.