Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

66 -- Ultra-short Baseline Underwater Acoustic Navigation System

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N0017304RSE04
 
Response Due
5/10/2004
 
Archive Date
4/8/2005
 
Point of Contact
Eric Sogard, Contract Specialist, Phone 228-688-5980, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-04-R-SE04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-22 and DFARS Change Notice 20040323. The associated small business size standard is 750 employees. NRL has a requirement for: An Ultra-Short Baseline (USBL) Underwater Acoustic Navigation System that operates in real time with a battery powered programmable transponder at the towfish, and an acoustic array at the ship deployable through a sea chest, moon pool or over the side on a pole and oriented with a GPS receiver, gyroscope and vertical reference unit (VRU). The system shall be ?turn-key?, except for the GPS receiver, including all components for operation including spares, cables and connectors. The system will be used with research instruments aboard a variety of ships in a variety of different conditions. To ensure robust operation we require the system to meet or exceed the following specifications of performance, portability, and operation. Although all specifications are important, evaluation will place particular emphasis on performance, proof of performance, ease of installation and operation, and portability. Performance: Accuracy in position should be better than twenty meters over distances (slant ranges) of 4000 meters when the ship is making 4 kts through the water. Accuracy in position should be better than forty meters over distances (slant ranges) of 8000 meters when the ship is making 4 kts through the water. The system shall provide positions when towing a package which is up to 30 degrees off the ship track, and whose horizontal range is twice the depth.All processing shall be performed in real time, and positions displayed graphically on a computer monitor in real time such that the position of the towfish can be continually monitored. Position information shall be provided no less frequently than once every ten seconds. Two towfish transponders shall be provided, (one is to be a spare), one rated to at least 2000 m water depth and the other rated to at least 3000 m water depth. Each must be able to produce signals strong enough at its maximum rated depth to get accurate positions at a rate of once every five seconds for at least 4 days with alkaline batteries. The signal processing should be entirely digital, and an ASCII format log of time (GMT), latitude and longitude shall be available at the end of each deployment. The vendor should provide evidence that the system described here or a nearly identical system has performed (met accuracy specifications above) in a marine environment of at least 1500 m water depth and 2000m horizontal range. Portability: The electronics package (top side processing computer and display computer) should be mounted in its shipping container with handles and removable cover that enables access during operation, and shall not weigh more than 50 kg and not exceed 0.9 m in length, width, or height. The VRU and gyro shall be mounted together, and not weigh more than 25 kg. The VRU shall not exceed 0.5 m in length, width, or height. The transceiver head shall be able to fit through a 12 inch opening to ensure operability on the UNOLS vessels and vessels of opportunity on which the USBL will be deployed. Transponders shall not weigh more than 30 kg, or be longer than 1.2 m, or wider than 0.2 m. All components shall be delivered with water resistant, protective, re-usable shipping containers. Operation: The system shall have completely separate and independent transmit and receive arrays. The transmit array, located on the towfish shall operate autonomously (i.e. battery powered, constant ping interval) without a requirement of power or signal connection to the topside source. The topside receiver array shall connect with a single cable to the topside computer, to ensure signal fidelity and meet tight space requirements on vessels of opportunity. The topside receiver array shall be acoustically compatible with third party transponders, which are frequently used by NRL and other exploration teams. All topside instrumentation shall operate on 50-60Hz 115-240 VAC or 12-24 VDC. The vendor shall supply written instructions on the installation and calibration of the system, and estimates of the time required to perform these procedures. The entire time required for installation and calibration should be less than 24 hrs. The vendor shall supply written instructions on the operation of the system (hardware and software). Operation of the system shall be simple and intuitive enough that a watch stander with minimal seagoing experience can learn to operate the system without formal training classes, using only the manuals provided. Service: The vendor shall be able to install and service, or replace components of the system that become damaged during the course of use within one month of notification. Delivery and acceptance is at Naval Research Laboratory, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than 120 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995), (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity (APR 2002), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (MAY 1999). The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, (1) 252.225-7012 Preference for Certain Domentsic Commodities (APR 2002), (2) 252.243-7002 Requests for Equitable Adjustments (MAR 1998), (3) 252.247-7023 Transportation of Supplies by Sea (MAY 2002), (4) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm Numbered Notes: None.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00562746-W 20040410/040408212549 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.