CRLA Weather Data Buoy
Amendment 1 The purpose of this amendment is to provide additional details in response to inquiries. Q1. Could you provide a more detailed specification for the Wetlabs chlorophyll fluorescence and pa... Amendment 1 The purpose of this amendment is to provide additional details in response to inquiries. Q1. Could you provide a more detailed specification for the Wetlabs chlorophyll fluorescence and particle density instrument? A1. Wetlabs (Seabird Scientific, Inc.) Scattering Sensor: Model FLBBSB Q2. There is no mention of a datalogger in the detailed specifications. However you state that "In general, the replacement buoy needs to be a "turn-key system" that is ready to collect and transmit data with minimal effort once deployed." A2. The contractor needs to supply appropriate datalogger to provide a turnkey system. We are not specifying a particular make or model of datalogger, but Campbell Scientific is probably appropriate. Include this equipment and associated cost to integrate and test all of the equipment. Q3. Will the contractor be required to set up the datalogger code to query each instrument at the appropriate interval, format data onboard, and send data out via your provided telemetry modem (Iridium)? A3. Yes, all datalogger code needs to be supplied for all instruments to allow for a turnkey system. Q4. Will the NPS provide adequate input on this and send the government-provided temperature sensors and satellite modem to the contractor for testing at our facility prior to shipment and then final assembly/testing onsite? A4. Yes the modem and temperature sensor will be shipped to contractor. Q5. Will the NPS provide all mooring hardware? A5. Yes, NPS will provide mooring hardware for connection to mooring. This is a combined synopsis/solicitation for a weather data buoy, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-03 as of June 12, 2019. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0084 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 334511 with an associated small business size standard of 1,250 employees. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/. DESCRIPTION: In accordance with the Specifications below, the buoy must be a "turn?key system" that is ready to collect and transmit data with minimal effort once deployed. The long?term monitoring program is designed to record long?term changes in the health of Crater Lake. To maintain continuity of data, some of the instruments and sensors required are brand-name specific. PERIOD OF PERFORMANCE: September 15, 2019 - September 1, 2020 PAYMENT: The vendor shall submit monthly invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management) 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: Quotations must include the following information: 1. Company name and DUNS number, Contact name, phone number and e-mail 2. Itemized pricing, specifications 3. Past Performance information as described below in OFFER EVALUATIONS 4. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30. Email quotes to the attention of: Jack_Northcutt@nps.gov. Quotes will only be accepted through electronic mail. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact the Contract Specialist for confirmation). If you have any questions, please contact the Contracting Officer by August 16, 2019. To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record. DO NOT send quotations to, or contact the default contracting office address in Denver, Colorado. The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov OFFER EVALUATION(S): 52.212-2, Evaluation -- Commercial Items (Oct 2014) (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: 1. Technical capability of the firm to complete the work, as evidenced by providing a detailed and itemized proposal that demonstrates an understanding of the requirement. 2. Past performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing a brief description of three weather buoys of similar nature/scope manufactured and deployed within the last three years. Include current contact information for the customers. 3. Price (b) Technical capability and past performance are approximately equal to cost or price. (c) Options. In accordance with FAR 17.206(b), the Government will evaluate offers for award purposes by adding the total price for options 1 and 2 to the price for the basic requirement (Line 1). Evaluation of options will not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SPECIFICATIONS Weather Data Buoy Crater Lake National Park A. General Information and Background: A floating buoy is used for recording real-time, high frequency (hourly), weather and surface water quality in Crater Lake, Oregon. The lake is located at the crest of the Cascade Mountains (1880 m elevation) and conditions on the lake are extreme for much of the year due to wind, waves, snow, and ice formation. The buoy system is a critical component of a long-term monitoring program (LTLMP) designed to record long-term changes in the health of Crater Lake and understand how the lake interacts with the surrounding environment. The buoy system collects hourly weather and water quality data on a year-round basis for a wide range of trend and modeling studies. In addition, the data is relayed using wireless technology for use by the National Weather Service. The specified buoy system will replace an existing buoy which was constructed by the Oceanography Department at Oregon State University and has been in continuous, year-round use in Crater Lake since 1991 (29 years). The existing buoy is a 60" X 25" Gilman Model 680 cylindrical ionomer foam float with internal aluminum electronics housing, above water tripod with solar panels and weather sensors, and subsurface four-leg mooring line connection. The buoy is attached to a rope mooring line in 1900 feet of water. Data is currently transmitted hourly via VHF radio to a radio base station in the Crater Lake Lodge on the caldera rim. The specifications for the replacement system are designed to maintain year-round, high frequency weather and surface water quality data while minimizing changes due to new hardware, software, sensors, or floatation characteristics. In general, the replacement buoy needs to be a "turn-key system" that is ready to collect and transmit data with minimal effort once deployed. The design of the above-water sensor and solar panel structure must minimize snow buildup in winter by minimizing cross-sectional area, minimizing horizontal flat surfaces, and placement of solar panels high on the structure. Size and weight limitations are required for transportation of the buoy down a trail via a trail tractor in order to deploy on Crater Lake. The contractor shall install Government-furnished items including a data modem and a water temperature sensor and provide a qualified representative for final assembly, commissioning, and equipment familiarization. The estimated time for these tasks is three days on-site at Crater Lake National Park. B. Detailed specifications: 1. Buoy Construction: Three-piece modular construction to allow transport down to Crater Lake via a trail. Float material shall separate from above-water sensor structure and subsurface mooring connection so that the package can be transported in three separate pieces to reach Crater Lake. Buoy must have at least three eyes for lifting. The lifting eyes should be able to support the full weight of buoy during deployment and recovery. Float diameter: minimum 48 in. Float thickness: minimum 28 in. Float material: Closed cell, cross linked, polyethylene (ionomer) foam hull. The exterior of the float material must be designed to protect against movement of skim-ice. The outside skin must be protected by a coating such as polyurea or polyurethane truck bed coating of at least one-quarter inch. Float Color: light grey or light blue Instrument wells: at least three through-float instrument wells for deployment and recovery of underwater instruments from the float surface Subsurface mooring connection: all stainless steel construction and hardware with connection at least 60" under buoy Net buoyancy: minimum 1200 lbs. buoyancy with all instruments and hardware Total weight: maximum 600 lbs. (not including mooring chain or ballast) Sacrificial anode for fresh water: required 2. Electrical 12 VDC system shall be solar powered with batteries for storage and solar panels for charging. Minimum 150 watt solar panels, mounted vertically to avoid snow build up in winter Battery storage must be designed such that system can operate all sensors, data logging, and hourly transmission functions for a minimum of four weeks without solar charging (due to snow and ice buildup during winter). Battery well must be waterproof. All fittings and connectors between electronics enclosure and sensors/solar panels shall be waterproof 3. Instruments Aid to Navigation (ATON): none Directional Wave Sensor GPS Wind speed and direction (RM Young 05106 marine mechanical wind sensor) installed 3 meters above water surface Air temperature/humidity (Vaisala HMP35) Incident PAR light (LiCor LI-200SZ) Barometric pressure (Vaisala PTA427 or equivalent) Water Quality Sensors: Water temperature (Seabird SBE39 - Government-furnished); chlorophyll fluorescence and particle density (Wetlabs FLBBSB). Both located on a bracket through one of the instrument wells Data telemetry: (Government-furnished) Data modem (Iridium 9602 SBD) with DOI/DOD SIM card Option 1: Acoustic Doppler current profiler Option 2: Optical dissolved oxygen (RBR duo3 ODO)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »