Brand Name or equal items are acceptable for this procurement. If an equal item is proposed specs must be included with the quote to show that it is an equal item
Requested Items:
Item# Part Number Description Qty
1. SSS-HDS-DF-TOWED Sea Scan HDS Dual Frequency Towed System 3
2. WS200M01-HDS Sea Scan HDS ER 200 Winch 3
3. SSS-70000-01 TowFish Variable Angle Bracket w/ tolls and stickers 3
Item #1 Sea Scan HDS Dual Frequency Towed System
Mandatory Technical Requirements
• Must Operate on Dual Frequency Mode
• Must Be Digital
• 900/1800 kHz
• System to store raw logged data that allows gains to be adjusted
• Software to have a marker management feature that produces survey report in HTML format
• Markers on Plotter to show thumbnail of objects marked
Item #2 Sea Scan HDS ER 200 Winch
Mandatory Technical Requirements
• Must Operate on Dual Frequency Mode
• Must Be Digital
• Must operate from 12vdc power source
• Capable of holding 200 meters of 3/8" tow cable
Item#3 TowFish Variable Angle Bracket w/ tolls and stickers
Mandatory Technical Requirements
• Must Operate on Dual Frequency Mode
• Must Be Digital
• 900/1800 kHz
• PVC construction
• Keel to have lead with two parts to add or remove weight
• 24/7 Tech support, 3 Year warranty.
Please note that the Contracting Officer (CO) for this RFQ will be Lauren Caperton and the Contract Specialist will be Montarious Usher all questions and responses for this RFQ shall be submitted to the Contract Specialist Montarious Usher (only) via email to [email protected]
Shipping Instructions:
Shipping under this requirement shall be FOB destination. Items shall be delivered to Quantico, VA.
Submission Instructions
Responses shall be submitted via electronic submission to Montarious Usher at [email protected] the due date for responses to this RFQ is on or before August 24, 2010 at 9:00 am Eastern Time. Responses must be marked as follows: "
RFQ LDQ003383." All questions regarding this requirement must be submitted to Montarious Usher via email. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 60 DAYS.
Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-38. The provision at FAR Clause 52.212-1, Instructions to Offerors (Nov 2007) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to [email protected]. Provision 52.212-2, Evaluation - Commercial Items (Jan 1999) is incorporated by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) is incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 5) 52.219-6, Notice of Total Small Business Set-aside; 16) 52.222-3, Convict Labor; 17) 52.222-19, Child Labor; 18) 52.222-21, Prohibition of Segregated Facilities; 19) 52.222-26, Equal Opportunity; 20) 52.222-35, Equal Opportunity for Special Disabled Veterans; 21) 52.222-36, Affirmative Action for Workers with Disabilities; 22) 52.222-37, Employment Reports on Special Disabled Veterans; 24) 52.222-50, Combating Trafficking in Persons; 31) 52.225-13, Restrictions on Certain Foreign Purchases; 36) Payment by Electronic Funds Transfer - Central Contractor Registration.
Central Contractor Registration: The awardee shall be registered in the Central Contractor Registration Database. Full text of the FAR clauses can be found at: http://www.acqnet.gov/far