Point Of Contact Not Available
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number for this requirement is issued a request for quotations (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 issued 1/13/2017.
This requirement is listed as a total small business set-aside under NAICS 541360 with a small business size standard of $15 Million.
The items required under this solicitation are:
6 each - Guralp Digital Broadband Seismomters with the following minimum salient characteristics:
1. Each digital broadband seismometer must include integrated sensor and digitizer into a single compact, sealed waterproof aluminum or stainless steel case with adjustable leveling feet, with integrated bubble level and north arrow, with waterproof mil-spec connectors. This must be able to be buried in existing seismometer vaults, vendor must provide overall dimensions of each item.
2. Each digital broadband 3 component seismometer must have integrated digitizers, i/o interfaces, and gps antennas. They must be fully compatible with existing seismic stations, including power consumption, electrical interface, and dimensions necessary to fit within existing seismometer vaults and equipment enclosures. Full specifications of provided equipment must accompany vendor quote.
3. Each digital broadband seismometer shall be a fully functioning system capable of measuring, digitizing, and exporting broadband ground motions in 3 othogonal directions as specified below.
4. Each seismometer shall have one external GPS Antenna in a weather proof case with a weather-proof mil-spec connector.
5. Items shall be protected from corrosion, deformation, and other damage during shipping, handling and delivery.
6. Reclamation will install and commission, no training is required but vendor must provide standard documentation including installation and operation manuals and calibration data.
7. Must be deliverable within 180 days.
8. Components and configuration of each seismometer system shall conform to the following additional specifications:
Sensor type Force-balance velocity feedback
Number of sensors within case 3, in triaxial orthogonal configuration
Long-period corner frequency .033 Hz (30 second period)
Short-period corner frequency ââ°Â¥ 30 Hz
Velocity response Flat
Sensitivity ââ°Â¥ 3000 V/m/s
Frequency band where seismometer noise is less than the New Low Noise Model (Peterson, 1993) At least .1 to 15 Hz
Sensor dynamic range ââ°Â¥ 140 dB
Sensor orthogonality ââ°Â¤ 0.05 deg
Sensor cross-axis rejection ââ°Â¥ 60 dB
Sensor linearity ââ°Â¥ 105 dB
Sensor lowest spurious resonance ââ°Â¥ 300 Hz
Sensor package maximum tilt range ââ°Â¥ ñ2.5 deg
North indicator on case Required
Bubble level integrated into case
Remote mass locking Required
Remote mass centering Required
Digitizer and I/O modules integrated within dustproof and waterproof seismometer case Required
Serial I/O interface (RS232) Required
Ethernet I/O interface Required
USB interface Required
Data protocols Guralp Compressed Format or SEEDlink
Digitizer resolution 24 bit
Digitizer dynamic range @ 20 Hz ââ°Â¥ 140 dB
Digital filter type options FIR, IIR
Adjustable sample rates available At least 25, 50, 100, and 200 Hz
Attenuation @ Nyquist frequency ââ°Â¥ 140 dB
Accuracy ââ°Â¤ 0.15 %
Channel crosstalk ââ°Â¤ -140 dB
CMRR ââ°Â¥ 80 dB
Internal clock drift without GPS time lock ââ°Â¤ 100 õS per day
Internal clock accuracy with GPS time lock ââ°Â¤ 1 õs
Required external time source GPS Antenna
Power supply voltage allowable range At least 10-24 VDC
Power consumption, including GPS ââ°Â¤ 4 W
Height ââ°Â¤ 15 in
Diameter ââ°Â¤ 9 in
Connectors Mil-spec bayonet
Guralp or Approved Equal Digital Broadband Seismometers Each $ _______________
X 6
Total $ _______________
Items shall be delivered to the following location within 180 days after contract award:
Christopher Wood
Bureau of Reclamation
Paradox Valley Unit
10200 Highway 90, Bedrock, CO 81411.
The following Federal Acquisition Regulation Clauses and Provisions apply to this requirement:
Provision 52.212-1, Instructions to Offerors ââ¬â Commercial Items, applies to this acquisition.
Provision 52.212-2, Evaluation ââ¬â Commercial Items, applies to this acquisition and offers will be
Evaluated on a Lowest Price Technically Acceptable Basis with regards to a brand name or
approved equal item. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations; WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services.
Provision 52.212-3, Offeror Representations and Certifications ââ¬â Commercial Items, applies to
this acquisition and offerors must have completed representations and certifications current in the
System for Award Management System.
Clause 52.212-4, Contract Terms and Conditions ââ¬â Commercial Items applies to this acquisition.
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive
Orders applies to this acquisition with the additional following clauses applied:
52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards (Oct 2016)
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
52.219-06, Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-03, Convict Labor (Jun 2003)
52.222-19, Child Labor ââ¬â Cooperation with Authorities and Remedies (Oct 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50, Combatting Trafficking in Persons (Mar 2015)
52.222-59, Compliance with Labor Laws (EO 13673) (Oct 2016)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-01, Buy American Act ââ¬â Supplies (May 2014)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33, Payment By Electronic Funds Transfer ââ¬â System for Award Management (Jul 2013)
52.232-40, Providing Accelerated Payments to Small Business Contractors (Dec 2013)
52.233-04, Applicable Law for Breach of Contract Claim (Oct 2004)
52.242-15, Stop Work Order (Aug 1989)
The following additional clauses are required for this acquisition:
DOI-AAAP-0028, Electronic Invoicing and Payment Requirements ââ¬â Invoice Processing Platform(IPP) (Apr 2013)
1452.201-70, Authorities and Delegations (Sep 2011)
WBR 1452.222-81, Employment Verification
Offers for this requirement are due Not Later Than Close of Business on September 15, 2017 and shall
be provided to the Contracting Officer, JoLyn M. Goss and shall be emailed to:
[email protected]. For
vendor convenience this announcement shall be attached as a word document to the notice and can be
printed and supplied along with any required attachments as the vendor quotation.
Questions regarding this solicitation shall be directed to the Contracting Officer listed above or to
801-524-3697.
Bid Protests Not Available