Federal Bid

Last Updated on 11 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Stennis space center Mississippi

PROFILING GLIDER

Solicitation ID NWWG9502-13-03082
Posted Date 16 Aug 2013 at 3 PM
Archive Date 11 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Stennis space center Mississippi United states
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NWWG9502-13-03082. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.

This procurement is not a total small business set-aside. The FSC for this is 5995 and the North American Industry Classification System (NAICS) Code is 334511, small business size standard is 750 employees or below.

The U.S. Dept of Commerce, National Data Buoy Center, Operations Branch, Building 3203 Stennis Space Center, Mississippi 39529-6000 has a requirement for the following items:

LI 0001: One (1) Profiling Glider

LI 0002: Two (2) each Refurbishing Kit

LI 0003: One (1) On Site Training

Specification for Profiling Glider
July 2013


1. Background : NDBC seeks to purchase a profiling glider for use in the Hurricane and TAO network to conduct temperature and salinity profiles.

2. Requirements
2.1. One-year warranty.
2.2. Minimum operating depth rating of 500 meters.
2.3. Capable of measuring ocean temperature and salinity to depth of 500m.
2.3.1. Temperature range of -02 to +35 DegC, accuracy of 0.02DegC
2.3.2. Salinity range of 0-7 S/m Accuracy of 0.02 psu
2.4. Endurance of four (4) months at a density gradient of seven (7) sigma.
2.5. Vender calibrations interval greater than or equal to one year.
2.6. Manufacture must provide launch and recovery procedures and equipment for operations up to sea state 2.
2.7. Manufacture provides on-site training for piloting, maintenance, and launch and recovery of the profiling glider.
2.8. Provide refurbishment kits for conducting three (3) additional missions.
2.9. Must be compatible with GLMPC (US NAVY piloting software program)
2.10. Glider must be capable of aborting a dive and returning to the surface automatically (Failsafe mode.)
2.11. Glider must use Iridium RUDICS or SBD communication.
2.12. Ruggedized reusable shipping containers, if lithium batteries are used in the gliders the containers must be certified for lithium battery shipment.
2.13. Glider must take one profile per dive for the endurance period.
2.14. Glider must be equipped with GPS for navigation and provide an accuracy of at least 20 meters.
2.15. Piloting must allow the pilot to queue commands for the glider to pickup.
2.16. Glider shall be able to maintain position with a depth average current of 20cm/s over the dive.
2.17. Glider shall have a pilot programmable sleep mode.
2.18. Gliders shall record internal pressure, temperature, and humidity.
2.19. Glider shall have a internal clock with no more than 10 seconds drift over mission deployment.
2.20.

The required delivery is 15 days after receipt of order. Delivery shall be FOB Destination to Operations Branch, Building 3203, Stennis Space Center, Mississippi 39529-6000.

The following provisions and clauses apply to this solicitation and any resulting purchase order:

FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 20078)
FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (APR 2011) - NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at http://orca.bpn.gov and submit paragraph (l) with quote.
FAR 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), with addenda:
FAR 52.247-34 F.O.B. Destination (NOV 1991)
FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) {Fill-in: Part B, Check Items 4, 6, 8, 23, 26, 28, 29, 30, 31, 38, 40, 42, and 47}

No Defense Priorities and Allocations System (DPAS) rating is assigned.

The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov Additionaly, each offeror must obtain, and PROVIDE WITH THE QUOTE, their nine-digit Dun and Bradstreet (DUNS) number.

All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M EST, Tuesday, August 27, 2013. Offers maybe faxed to 757-664-3649 or submitted electronically to [email protected]. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Linda Mullen at [email protected] or faxed to 757-664-3649. Telephonic requests will not be honored.

Bid Protests Not Available

Similar Past Bids

Florida 07 May 2021 at 4 AM
Gloucester Massachusetts 03 Jan 2025 at 2 PM
Wright patterson air force base Ohio 17 Dec 2010 at 1 PM
Richmond Virginia 28 Mar 2017 at 1 PM
Stennis space center Mississippi 06 Feb 2013 at 7 PM

Similar Opportunities

Stennis space center Mississippi 28 Jul 2025 at 6 PM
California 10 Jul 2025 at 9 PM
Gaithersburg Maryland 11 Jul 2025 at 4 PM
Pennsylvania 02 Aug 2025 at 4 AM (estimated)