SOLICITATION NOTICE
66 -- Geometrics - Brand name Justification
- Notice Date
- 9/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF81898181
- Point of Contact
- Amy E. Pant, Phone: 6016342254
- E-Mail Address
-
amy.e.pant@usace.army.mil
(amy.e.pant@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification Furnish and deliver GPS Time Enabled, Seismic Data Acquisition Systems Compatible with Geometrics GEODE for the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Cold Region Research Engineering Laboratory (CRREL) in Hanover, NH. This solicitation is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This procurement is being competed as a 100% Small business Set-Aside. The NAICS code for this procurement is 334519- Other Measuring and Controlling Device Manufacturing Size Standard 500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. Project Specifications: Description Qty 1 ADD-ON GEODE 24-CHANNEL SEISMODULE, may be added to existing 3 StrataVisor NZ or Geode system or used as a separate unit. Includes one power cable; will require an extra set of accessories and appropriate digital interface cables. 2 EXTENDED CHANNEL MEMORY, increases the memory of each channel from the 72 standard 16K samples (N module) to 64K samples (Z module). 3 BANDWIDTH MODIFICATION for 24 channels, standard bandwidth low-end 3 modified from 1.75 Hz to DC. Note that performance of modified seismographs to published specifications is not guaranteed. 4 MULTIPLE GEODE OS (MGOS), extra license (does not include network interface 1 box). Note: may be installed as many times as needed. 5 CONTINUOUS RECORDING PACKAGE, allows continuous data acquisition during 1 user-defined period. Dataset consists of a series of contiguous or overlapping records. Trigger and trigger frequency are controlled by software and records are stamped with PC time (a GPS clock may be used to discipline trigger and synchronize with UTC). Trigger frequency may also be precisely controlled by using the Trigger Timing Interface Box. Please contact the factory to assess feasibility based on your required sample interval, record length, and number of channels. See www.geometrics.com/seismic-datasheets for complete specifications. Note: may be installed as many times as needed. 6 GPS CLOCK, Model A101 Smart Antenna from Hemisphere GPS, for use in 1 Continuous Recording systems to provide 1pps signal to trigger seismograph. Also provides GPZDA serial string to stamp records with UTC for Continuous Recording and Self-Triggering systems. Signal (1pps) accurate to within 20 ns of the precise time. Includes waterproof antenna with integrated electronics, with indicator of satellite lock, no display of time, provides time base during loss of satellite lock. Includes cable set to connect clock to PC, seismograph, and 12V DC power. 7 HAMMER SWITCH, for use with customer-supplied hammer or other energy source, 3 includes 15-ft (4.5-m) long cable terminated with one 3-pin connector. 8 TRIGGER EXTENSION CABLE, for use with hammer switch or HVB-1 seismic timer 3 to extend shot point away from seismograph, includes black abrasion-resistant jacket, terminated with one 3-pin and one 3-socket connector, on hand reel, 300-ft (92-m) long. 9 GEODE-PC NETWORK INTERFACE BOX (NIB), used to connect one network line 3 of PU/PD Geode(s) to PC controller with at least one 10/100 NIC. 10 DIGITAL INTERFACE CABLE, to interconnect Geode modules or to connect a 3 Geode to PC controller via NIB. Terminated on each end with one 10-pad connector, coated with kink- and abrasion-resistant yellow jacket, 25-m long, approximately 4 lbs (1.8 kg). 11 DIGITAL INTERFACE CABLE, to interconnect Geode modules. Terminated on each 2 end with one 10-pad connector, coated with kink- and abrasion-resistant yellow jacket, 125-m long, approximately 16 lbs (7.3 kg). 12 SEISIMAGER/2D STANDARD, extra license for field PC. 2 Reference: SWS9322 13 SEISIMAGER/SW-2D MULTI-CHANNEL SURFACE WAVE DATA PROCESSING 1 PACKAGE for Windows PCs, for 1D and 2D analysis of active source data (MASW), 1D analysis of passive source/microtremor data (MAM), and H/V Spectrum Analysis. One license required per installation. No yearly maintenance fees. Options available for additional licenses and to add SeisImager/2D or SeisImager/DH. See www.geometrics.com/seismic-datasheets for complete specifications. 14 SEISIMAGER/SW-2D, extra license for field PC. 2 15 SEISIMAGER/DH DOWNHOLE ANALYSIS PACKAGE for Windows PCs, for 1 analysis of single and 3-component downhole seismic data. Allows up to 16K samples per trace and 128 traces per shot. One license required per installation. No yearly maintenance fees. Options available for additional licenses and to add SeisImager/2D, SeisImager/SW-1D, or SeisImager/SW-2D. See www.geometrics.com/seismic-datasheets for complete specifications. 16 SEISIMAGER/DH, extra license for field PC. 2 The attached bid submission form must be completed and submitted with your quote package. The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. The basis of the award will be Lowest Price Technically Acceptable (LPTA) FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your quote can be made offerors must provide quote mark Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. The following FAR Clauses & Provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Alt I Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Technical Inquiries and Questions All technical inquiries and questions relating to this solicitation are to be submitted to Amy Pant via e-mail at Amy.E.Pant@usace.army.mil. Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry. Notes to Offerors: Quotes are due Monday, September 24, 2018, not later than 13:00 p.m. CDT, to U.S. Army Corps of Engineers, ERDC Contracting Office, by email to Amy.E.Pant@usace.army.mil. For information concerning this solicitation, contact Amy Pant via e-mail at Amy.E.Pant@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or amendments to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF81898181/listing.html)
- Place of Performance
- Address: Cold Regions Research and Engineering Laboratory (CRREL), Engineer Research and Development Center (ERDC), US Army Corps of Engineers, 72 Lyme Rd., Hanover, New Hampshire, 03755, United States
- Zip Code: 03755
- Zip Code: 03755
- Record
- SN05100964-W 20180923/180921231005-ab32c84a42bee2b42df0eee2b1b57d29 (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 |