Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

58 -- 58--Coastal Imaging Systems

Notice Date
4/9/2025 10:51:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
 
ZIP Code
95819
 
Solicitation Number
140G0325Q0077
 
Response Due
4/14/2025 12:00:00 PM
 
Archive Date
04/29/2025
 
Point of Contact
Adam, Elizabeth, Phone: (916) 278-9441, Fax: (916) 278-9339
 
E-Mail Address
eadam@usgs.gov
(eadam@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** Amendment 1 *** The purpose of this Amendment is to provide answers to vendor questions in response to the Solicitation, state that the Buy American Free Trade Agreements Israeli Act (FAR 52.225-3 Alt. 2) applies instead of Buy American Supplies (FAR 52.225-1) and notify vendors of recent FAR deviations. The due date for quotes is extended to Monday, April 14, 2025, at 12:00pm. Vendor Questions and Answers: 1. Solar-Powered vs. AC-Powered Units The solicitation specifies a solar-powered system; would an AC-powered unit be acceptable? A solar solution may not be feasible if the unit is operating in an area with limited sunlight like Seward, Alaska. ANSWER: AC-powered units are acceptable and will be operating year-round in the location mentioned. 2. Power Cable Lengths The solicitation references both 10-meter and 30-meter cable length options. Alternatively, confirm whether the standard 15-meter cables are acceptable. ANSWER: Regarding cables, please provide an option for 15-m and 20-m cable lengths. 3. Corrosion-Resistant Metals The RFQ appears to specify non-standard upgraded corrosion resistant materials, are these required? ANSWER: The standard cable corrosion-resistance is adequate. 4. Software Capabilities Please confirm whether the use of a Linux-only system is acceptable for the purposes of this procurement. ANSWER: Linux-only software is sufficient. 5. Incumbent / Recompete Is there an incumbent contractor or is this a new requirement? ANSWER: This is a new requirement. SEE ATTACHMENT WITH FAR DEVIATION INFORMATION. Please note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. ************************************************************************************* BRAND NAME OR EQUAL - COASTAL IMAGING SYSTEMS, Standard AC Powered I2RGUS System Insulated Housing, Cameras and Lenses REQUEST FOR QUOTE INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective January 17, 2025. This acquisition is set-aside for small business. DESCRIPTION The US Geological Survey, Pacific Coastal & Marine Science Center of Santa Cruz, CA, requires two (2) Coastal Imaging Systems as described in the attached Salient Characteristics. RELEVANT INFORMATION The North American Industry Classification System (NAICS) code 333310 Commercial and Service Industry Machinery Manufacturing, and associated size standard 1,000 applies to this announcement, along with Product Service Code 5836, Video Recording and Reproducing Equipment. SUBMISSION OF QUOTES Quotes must be submitted FOB Destination shipping to Santa Cruz, CA. Quotes shall only be accepted through electronic mail addressed to the Contract Specialist, Liz Adam, at eadam@usgs.gov. All quote documents required by this solicitation must be uploaded and received in their entirety no later than Monday, April 14, 2025, at 12:00pm PT. Quotes submitted by hardcopy or any web portal shall not be accepted or considered Offerors are to include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation as seen in the Evaluation Factors/Salient Characteristics (see Attachment). This may include product literature, references, or other documents, if necessary, and MUST include the country of manufacture. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). For further information, please contact Liz Adam, Contract Specialist, at (916) 278-9441 or eadam@usgs.gov. The delivery date is an estimate only: Within 30 days of award, FOB destination. Offerors shall return the following: - Signed SF-18. - Signed Amendment 1. - Firm, fixed price quote. - Technical information including specifications of offerings, past performance, references. - System for Award Management Unique Identification Entity Attached Pages: - Provisions and Clauses -Salient Characteristics of items It is the responsibility of all interested parties to check back periodically for any amendments to the solicitation. All amendments must be signed and included when the quote is submitted. All interested parties must be registered and have an active registration in the System for Award Management (SAM) at the time of submitting a quote to be considered for an award of a federal contract. For information, review the SAM website at https://www.sam.gov. Please submit Unique Entity Identification (UEI) number with quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e0b38c3b0664c02bb931b64c620c587/view)
 
Record
SN07403036-F 20250411/250409230058 (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.