Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

66 -- CTD unit, along with the Optical DO sensor

Notice Date
6/4/2020 3:48:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NRMAF0002000810VRL
 
Response Due
6/11/2020 1:00:00 PM
 
Archive Date
06/26/2020
 
Point of Contact
Veronica Stroud, Phone: 3034976779
 
E-Mail Address
veronica.stroud@noaa.gov
(veronica.stroud@noaa.gov)
 
Description
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; quotes 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 NRMAF0002000810VRL. (III)���� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 (MAY 2020) (Deviation 2020-05)(April 2020). (IV)���� This solicitation is being issued as a full and open competition. The associated NAICS code is 334511.� The small business size standard is 1250 Employees. (V)������ This combined solicitation/synopsis is for purchase of the following commercial services and products: Serial output CTD unit, along with the Optical DO sensor for use on a Saab Falcon ROV (VI)���� Description of requirements is as follows: The desired CTD instrument must: 1)�������� Have at least 2 input ports for external instrumentation, 2)�������� use BAA batteries and can also be externally powered, 3)�������� have a sampling speed of 1-8Hz, 4)�������� instrument case for transport, 5)�������� combined CT cell, 6)�������� real-time viewing software provided by vendor, 7)�������� high accuracy Conductivity cell with WOCE accuracy, 8)�������� a length < 50 cm, 9)�������� a diameter < 6.5 cm, 10)������ weigh less than 2000 grams in air, 11)������ use RS-485 communications protocol, 12)������ memory storage for at least 240 million measurements, 13)������ memory must remain if batteries are removed, 14)������ pressure sensor to 500 meters, 15)������ instrument case will be form fitted for instrument, 16)������ to include bracing materials, 17)������ lockable. CTD Interfaced ODO sensor must: 1)�������� have a 1 second time constant, 2)�������� interface with vendor CTD, 3)�������� include a cable for ODO sensor to attach to CTD, 4)�������� ODO sensor must output in - a} Temperature (0C), b} Dissolved 02 concentration (�mol/L), c} Dissolved 02 concentration (salinity compensated (�mol/L), d} Dissolved 02 saturation (%), e} Dissolved 02 phase (0), 5)�������� ODO sensor range of 0-S00uMODO sensor sampling rate of lHz - 24Hr 6)�������� ODO sensor accuracy of+/- 8uM, 7)�������� ODO voltage range of 7-15V, 8)�������� ODO depth rating of < 5000 meters , 9)�������� ODO sensor size < 28 mm diameter and <116 mm and 10)������ the instrument case must be form fitted for the instrument and include all bracing materials, and lockable. This is a brand name or equal requirement for RBR Global. (VII)��� Supply must be provided to the following location: GREAT LAKES ENVIRONMENTAL RES LAB/R/GLERL 4840 SOUTH STATE STREET ANN ARBOR MI 48108 AT A MINIMUM, ALL QUOTES MUST INCLUDE A DUNS NUMBER, A CONTACT NAME, NUMBER AND EMAIL AND A COMPLETED STATEMENT 52.204-24. � FAR 52.212-2, Evaluation � Commercial Items (OCT 2014), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (a) 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. The following factors shall be used to evaluate offers.� All factors have the same value: Paragraph (a) is hereby completed as follows: Evaluation will be based on: Technical Acceptability: Please confirm you can comply with all necessary conditions. Price Please see attachments for further descriptions, applicable clauses and deadline information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4956150d660448dadc813dfc0417c7a/view)
 
Place of Performance
Address: MI 48108, USA
Zip Code: 48108
Country: USA
 
Record
SN05681012-F 20200606/200604230157 (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.