Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

66 -- PURCHASE OF TEMPERATURE DO LOGGERS

Notice Date
5/8/2020 3:25:47 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220Q0109
 
Response Due
5/15/2020 12:00:00 AM
 
Archive Date
06/01/2020
 
Point of Contact
Theeke, Cheryl
 
E-Mail Address
ctheeke@usgs.gov
(ctheeke@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334511 with a Small Business Size Standard 1,250 employees for an upcoming requirement to provide Temperature DO Logger. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Specifications: � must provide mechanical anti-fouling (e.g., sensor wiping mechanism) for the dissolved oxygen sensor; copper-based or similar antifouling guards will not be considered at this time � rated for unattended deployment at a depth of 100m or greater � minimum data logging frequency for both parameters must be 5 minutes � must support continuous logging for a minimum of 8 months at the 5-minute logging frequency � accuracy = 0.1 mg/L and 0.1 C or better, respectively for dissolved oxygen and temperature � calibration ranges = 0 to 120% saturation and 0 to 30C, respectively for dissolved oxygen and temperature � total weight, in air, of logger and wiper mechanism (with onboard power supply) should be <5lbs A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 334511 with a Small Business Size Standard 1,250 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 15, 2020 at 3:00pm MST via e-mail to: ctheeke@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2fe77653574f439d8b3eb15cf61f5787/view)
 
Record
SN05652166-F 20200510/200508230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.