Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

66 -- Scientific Equipment - Request for Quotes

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA-133R-12-RQ-1216DR
 
Archive Date
9/12/2012
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STANDARD FORM 1449 COMBINED SYNOPSIS/SOLICITATION Scientific Equipment (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA-133R-12-RQ-1216DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (IV) This solicitation is total small business set aside. The associated NAICS code is 334513. The small business size standard is 500. (V) This combined solicitation/synopsis is for purchase of the following commercial supplies brand name or equal items in accordance with the salient characteristics: Line Item 0001 - BRAND NAME OR EQUAL TO: Vaisala Model HMP155A-L6: Vaisala Temperature/RH Probe (6 ft cable per sensor) Qty. 26 each Line Item 0002 - BRAND NAME OR EQUAL TO: Model 41005-5: RM Young 14-Plate Gill Solar Radiation Shield for HMP155A Qty. 46 each Line Item 0003 - BRAND NAME OR EQUAL TO: Vaisala Model HMP155A-L34: Vaisala Temperature/RH Probe (34 ft cable per sensor) Qty. 26 each Line Item 0004 - BRAND NAME OR EQUAL TO: Model LP02-L9: Hukseflux Pyranometer (9 ft cable per sensor) Qty. 26 each Line Item 0005 - BRAND NAME OR EQUAL TO: Campbell Scientific Model CM225: Solar Sensor Mounting Stand Qty. 26 each Line Item 0006 - BRAND NAME OR EQUAL TO: Campbell Scientific Model CR1000-XT-SW-NC: Measurement & Control Datalogger (XT Tested -55 to +85C; SW Standard 3 yr warranty; NC No Calibration Cert) Qty. 26 each Line Item 0007 - BRAND NAME OR EQUAL TO: Campbell Scientific Model ENC16/18-DC-EB-TM: Weather-resistant 16 x 18 inch enclosure (DC 2 Conduits for cables; EB backplate w/side; TM Tower Mounting) Qty. 26 each Line Item 0008 - BRAND NAME OR EQUAL TO: Campbell Scientific Model BP84 - 12V Sealed Rechargeable Battery w/mounts, 84Ah Qty. 26 each Line Item 0009 - BRAND NAME OR EQUAL TO: Campbell Scientific Model CH200-XW: 12V Charging regulator (XW 4 yr warranty extension) Qty. 26 each Line Item 0010 - BRAND NAME OR EQUAL TO: Campbell Scientific Model SP50-L15: 50W Solar Panel (15 ft cable per SP50) Qty. 26 each Line Item 0011 - BRAND NAME OR EQUAL TO: Campbell Scientific Model CR1000KD - Keyboard/display for CR1000 or CR800 Qty. 3 each Line Item 0012 - BRAND NAME OR EQUAL TO: Garmin Model GPS16X-HVS: GARMIN GPS Receiver w/Integrated Antenna, 15 ft cable Qty. 26 each Line Item 0013 - BRAND NAME OR EQUAL TO: Campbell Scientific GPS16X-HVS Magnetic Mount Qty. 26 each Line Item 0014 - BRAND NAME OR EQUAL TO: Campbell Scientific Model CM235 - Magnetic Mounting Stand Qty. 26 each Line Item 0015 - Shipping, quote shall include all shipping charges. Qty. 1 LS (VI) Description of requirements is as follows: Salient Characteristics: Data Loggers: (Quantity: 26) - Maximum Scan Rate: 100 Hz - Analog Inputs: 16 single-ended or 8 differential individually configured - Pulse Counters: 2 - Switched Excitation Channels: 3 voltage - Digital Ports: 8 I/Os or 4 RS-232 COM - Communications/Data Storage Ports: 1 CS I/O, 1 RS-232, 1 parallel peripheral - Switched 12 Volt: 1 - Input Voltage Range: ±5 Vdc - Analog Voltage Accuracy: ±(0.06% of reading + offset), 0° to 40°C - Analog Resolution: 0.33 µV - A/D Bits: 13 - Temperature Range Extended: -55° to +85°C - Memory: 2 MB Flash (operating system) minimum, 4 MB (CPU usage, program storage, and data storage) minimum - Power Requirements: 9.6 to 16 Vdc - Dimensions: less than 16 in x 18 in - Protocols Supported: PakBus, Modbus, DNP3, FTP, HTTP, XML, POP3, SMTP, Telnet, NTCIP, NTP, SDI-12, SDM - CE Compliance Standards to which Conformity is Declared: IEC61326:2002 - Three (3) portable keypad and display screen to monitor data logger status, make minor logger changes, and display sensor data in the field - Warranty: 3 years - Hardware - Ability to easily use sensors from any vendor Enclosure: (Quantity: 26) - 16 in x 18 in enclosure minimum - Internal Dimensions: 40.6 x 45.7 x 22.9 cm (16 x 18 x 9 in.) minimum - Color: White - Construction: fiberglass-reinforced polyester or rust-proof material enclosure with door gasket, external grounding lug, stainless steel hinge, and a lockable hasps - Enclosure Classification: NEMA 4X (before being modified for cable entry) - Hardware Battery: (Quantity: 26) - Power Out (+12 terminals) Voltage: Unregulated 12 V from battery - Battery Nominal Rating: 84 Ah when discharged at a 24 hour rate - Temperature Range: -40° to +70°C - Hardware Voltage/Charging Regulator: (Quantity: 26) - Operational Temperature: -40° to +60°C - Solar Input Input Voltage Range: 15 to 40 Vdc Maximum Charging Current: 3.6 Adc typical 2.8 Adc to 4.3 Adc depending on individual charger - Battery Charging CYCLE Charging: Vbatt(T) = 14.70 V - (24 mV) x (T-25°C) FLOAT Charging: Vbatt(T) = 13.65 V - (18 mV) x (T-25°C) - Power Out (+12 terminals) Voltage: Unregulated 12 V from battery 4 A Self-Resettable Thermal Fuse Hold Current Limits < 20°C: > 4 A 20°C: 4.0 A 50°C: 3.1 A - Measurements Average Battery Voltage (-40° to +60°C): ±(1% of reading + 15 mV) Average Battery/Load Current Regulator Input Voltage (-40° to +60°C): ±(2% of reading +2 mA) Solar (-40° to +60°C): ±(1% of reading - 0.25 V)/-(1% of reading +1 V) Continuous (-40° to +60°C): ±(1% of reading - 0.5 V)/-(1% of reading + 2 V) - 4 year warranty - Hardware Solar Panel Charging Source (Quantity: 26) - Peak Power: 50 W - Current at Peak: 3.9 A - Voltage at Peak: 17.5 V - Hardware Atmospheric Temperature and Relative Humidity and Solar Shield: (Quantity: 52 total Temp/RH sensors, 46 solar shields) - Electromagnetic Compatibility: Complies with EMC standard EN61326-1 Electromagnetic - Voltage Output: 0 to 1 Vdc - Operating Voltage: 7 to 28 Vdc - Relative Humidity Specifications Measurement Range: 0.8 to 100% RH, non-condensing Response Time: 20 s (63% RH); 60 s (90% RH) Factory Calibration Uncertainty (+20°C) 0 to 40% RH: ±0.6% RH 40 to 97% RH: ±1.0% RH Accuracy at -20° to +40°C: ±(1.0 + 0.008 × reading) % RH - Air Temperature Specifications Measurement Range: -80° to +60°C Accuracy with Voltage Output (-80° to +20°C): ±(0.226 - 0.0028 x temperature)°C Accuracy with Voltage Output (-80° to +60°C): ±(0.055 - 0.0057 x temperature)°C - Solar shield for sensor (Quantity: 46) - Proper cabling for a 1.5 meter (Quantity: 26) and a 10 meter (Quantity: 26) installation - Hardware - Calibration Certificate Solar Radiometer: (Quantity: 26) - Light Spectrum Waveband: 305 to 2800 nm - Maximum Irradiance: 2000 W/m² - Sensitivity: 15 µV/W/m² - Operating Temperature: -40° to +80°C - Temperature Dependence: < 0.15%/°C - ISO Classification: Second Class - Hardware - Mounting Stand - Proper cables - EPA approved for atmospheric stability estimations - Calibration Certificate GPS: (Quantity: 26 Total) - Receiver: WAAS enabled 12 parallel channel GPS receiver continuously tracks and uses up to 12 satellites (up to 11 with PPS active) to compute and update the position - Update Rate: Programmable from 1 to 900 s - PPS Output: 1 Hz pulse; 1 µs accuracy; width set to 100 ms - Baud Rate: 38400 bps capable - Operating Temperature: -30° to 80°C - Operating Voltage: 8 to 40 Vdc - Velocity Accuracy: 0.1 knot RMS steady state - Position Accuracy: GPS Standard Positioning Service (SPS): < 15 m - Mount and stand - Hardware (VII) Delivery shall be: FOB Origin, delivery 30 days after receipt of award Delivery address: DOC NOAA Special Operations & Research Division 232 Energy Way /R/ARL7 Las Vegas, NV 89030 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offeror will submit a quote for the items in Section (V). The offeror shall include the company's DUNS number. Notice to all offeror's: To be eligible for award, vendor must be registered at the System for Award Management (SAM) website: https://www.sam.gov to complete CCR and ORCA. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and will award a firm fixed-price purchase order award with payment terms of Net 30. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall include at least two references for similar services/supplies including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services, timeliness. 2) Warranty - quote will indicate warranties on all items. 3) Delivery - quote will indicate best delivery 4) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its quote. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (26) 52.222-3, Convict Labor (June 2003) (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The following clauses under subparagraph (c) apply: None (XIII) The following additional FAR terms and conditions are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/ (End of Clause) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011). 52.211-6, Brand Name or Equal (Aug 1999) 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.242-15, Stop-Work Order (Aug 1989). Department of Commerce Clauses: ASSURANCE BY CORPORATIONS Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. The Offeror represents that, as of the date of this offer - It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 Compliance With the Laws (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause)   1352.209-74 Organizational Conflict of Interest (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.213-70 Evaluation utilizing simplified acquisition procedures (APR 2010) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: Evaluation will be based on 1) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services, timeliness. 2) Warranty - quote will indicate warranties on all items. 3) Delivery - quote will indicate best delivery 4) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. (End of clause) CAR 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: DOC, NOAA, WAD Clifford Edwards - MC3 Contracting Officer 325 Broadway Street Boulder, CO 80305 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz Senior Procurement Executive and Director, Office of Acquisition Management U.S. Department of Commerce Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington DC 20230 FAX: 202-482-1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133R-12-RQ-1216DR/listing.html)
 
Place of Performance
Address: 232 Energy Way, Las Vegas, Nevada, 89030, United States
Zip Code: 89030
 
Record
SN02868037-W 20120907/120906000651-b3a5ba7768faaa44e85571aa81123009 (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.