Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

20 -- Ultra-Shortline Tracking System

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-04-RP-0063
 
Response Due
6/17/2004
 
Archive Date
10/17/2004
 
Point of Contact
Paul Reed, Contract Specialist, Phone (206) 526-6034, Fax (206) 526-6025,
 
E-Mail Address
paul.j.reed@noaa.gov
 
Description
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. Solicitation AB133A-04-RP-0063 is being issued as a Request for Proposals. This solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 2001-23. This procurement action is 100% set-aside for small business. The associated North American Industrial Classification System code is 488390. A firm is a small business for the purpose of this requirement if its size standard is $6 million or less. Businesses with sales averaging more than $6 million over the last three years will not be considered for this requirement. PRICE SCHEDULE ? SEE ATTACHED 1.0 INTRODUCTION - The Magnuson-Stevens Fishery Conservation and Management Act of 1996 requires NOAA National Marine Fisheries Service (NMFS) to characterize and map essential fish habitat and protect these areas from adverse impacts due to fishing and other activities. Since 1996, the Alaska Fisheries Science Center (AFSC) has been conducting habitat research in the Bering Sea, Gulf of Alaska and Aleutian Islands. A new side scan sonar is being developed to aid in this work, to improve the efficiency and productivity of characterizing the environment in a manner that is more meaningful for fishery research. A subsurface tracking system is required to support at-sea operations with the side scan sonar. This Statement of Work provides the requirements for an ultra-short baseline (USBL) tracking system. 2.0 GENERAL REQUIREMENTS AND SCOPE OF WORK - The USBL tracking system will be integrated with a research side scan sonar. With operations possible anywhere within the United States Exclusive Economic Zone - 200 nautical miles seaward of the 48 contiguous states, Alaska, Hawaii, and US-affiliated islands - the USBL must be capable of: (1) Reliable operation in a remote offshore environment, to a depth of 400 meters; (2) Compatibility with ship operations at 10 knots, up to Sea State III, with an over the side pole mount for the USBL hydrophone, or alternatively a thru-hull hoist mount; (3) Transponder and responder operation independent of external signaling and systems; (4) Responder operation with signaling transmitted over the single coaxial or fiber-optic tow cable via a high-speed digital telemetry link; (5) Compatibility with TBD side scan sonar frequency (455 kHz typical in NOAA), and ship multibeam frequencies (24 kHz, 30 kHz, 50 kHz, 100 kHz, 240 kHz, 300 kHz) and; (6) Field maintainable, without special tools or training. 3.0 SPECIFIC REQUIREMENTS - The required ultra-short baseline (USBL) tracking system performance and features are listed in the following. Specific responses requested from offerors are indicated by italics. 3.1 Performance - 3.1.1 - The USBL shall meet all performance requirements when used with a ship of characteristics listed in Table 1. TABLE 1 ? SEE ATTACHED 3.1.2 The operating range of the USBL system shall be 2,500 meters, to a depth of 400 meters, with accuracy of: (a) Total Slant Range Error shall be less than 0.25% of range, with 95% confidence; (b) Total Azimuth and Depression Angle (3-D bearing vector) Error shall be less than 0.1?, with 95% confidence; (c) Relative X-Y Position Error to tow vessel shall be within 3-meter radius, with 95% confidence. 3.1.2.1 - The offeror shall state the Total Slant Range Error, Azimuth and Depression Angle Error, and Relative Position X-Y Error for the proposed USBL system, noting any differences in these errors for transponder and responder operation. In addition to the stated requirements, the offeror is encouraged to state (and provide test data for) performance achieved when accurate depth data is available as an external input to the USBL system. The offeror shall state the data sign conventions for heading, position, depth; and state the beacon depth output accuracy. 3.1.2.2 - Offeror shall provide an outline of all calibration procedure required to obtain the offeror's specified performance. The outline is to be sufficiently detailed to clearly explain the time and resources required for calibration, including any calibration site staging/de-staging and any data processing. The calibration submission shall not exceed 5 pages in text and graphics. 3.1.2.3 - Offeror is encouraged to provide performance test data for the USBL system model being offered. The test data is to be sufficiently detailed to clearly explain the method, controlled and uncontrolled parameters, and numerical processing of the resulting data. Any test data submission shall not exceed 5 pages in text and graphics. 3.1.3 - The USBL system shall be capable of compensating for sound velocity (SV) and the sound velocity profile. 3.1.3.1 - The offeror shall state the range of bin sizes available, in decibar (db) pressure and/or meters, for entering SV profile data. Offeror shall provide an outline of the SV compensation options, and the SV input required to obtain the offeror's specified performance. The outline is to be sufficiently detailed to clearly explain how the SV profile data are applied. 3.1.4 - The USBL system shall be a complete, self-contained system, capable of transponder and responder operation, independent of external signaling and systems. The price quote shall include one (1) beacon. 3.1.5 - The system shall be designed for use in a marine environment. The operator's console shall be 19? rack mountable. Power shall be 90-250 VAC, 50/60 Hz. All electrical components typically exposed to the marine environment shall be sealed in watertight NEMA-4X enclosures. All cable connections exposed to the marine environment shall use a waterproof connector such as Impulse or Seacon brand. 3.2 - Control and Interfaces - 3.2.1 - USBL system operation, control, and error condition monitoring shall use an integrated display / console with a software interface. Any screen display shall be GUI (graphical user interface) based, supported by a Windows? 2000/XP based program. The program may also support additional features, such as USBL component self check/built in test, calibration, training, documentation, maintenance and trouble shooting. 3.2.2 - The program shall provide the following features. The offeror shall briefly describe data format and content: Depth Input: Manual entry of beacon depth; Time Stamp: Time tag all data and system outputs to indicate when data was valid; Time Synch: Ability to synchronize system internal clock directly from GPS string input; Trigger Input: External beacon trigger when in responder mode (i.e. from side scan sonar system); Data Export: One or more formats directly exportable to hydrographic survey software: Hypack, Caris, or TEI ISIS. Also any other available format, such as ASCII text serial string or a NMEA standard. 3.2.2.1 - The offeror shall state whether the following features are available, and briefly describe the use and format of any that are available: Data Log: Real-time data and status logging; Time Synch: Ability to synchronize system internal clock directly from an external time input other than GPS; Position estimate: A "predictive position filter". Include subsea position refresh rate in Hertz, any constraints on range or beacon transmit rate. 3.2.3 - The USBL system shall provide a signaling interface to set the beacon configuration and interrogate the beacon status through the side scan sonar umbilical connection. Activating the beacon On/Off shall be done with this interface (and not requiring the side scan sonar body be opened). 3.2.3.1 - The offeror shall provide an outline of the interface options. The outline is to be sufficiently detailed to clearly explain the customer requirements necessary to complete the interface. 3.2.4 - The USBL system shall be capable of triggering the beacon in a responder mode with both 1) an acoustic signal, and 2) control signal through the side scan sonar umbilical connection. 3.2.5 - Communication protocols shall be based on NMEA or other industry standard for interfacing with survey systems and dynamic positioning systems. The program shall have the following data input/outputs (The offeror shall briefly describe data format and content for data not described in 3.2.2.): GPS, DGPS, or RTK (IN); Ship's Attitude/Motion (IN); Ship's Heading (IN); Sound Velocity Profile (IN); System Time (IN); External Beacon Trigger (IN); Beacon Depth (IN/OUT); Beacon Control, Responder Trigger (IN/OUT); Beacon Range, Azimuth and Depression Angle, Relative X-Y Position (OUT); System Configuration and Status (IN/OUT, as selected by operator). 3.3 - Handling and Vessel Mounting - 3.3.1 - The USBL hydrophone shall meet the following requirements: Installation: Be capable of being mounted on an ?over the side? pole, safely deployable and retrievable in Sea State II, and operable for extended periods in Sea State III; Dry Weight: 80 lbs. maximum, for ease of handling during staging and deployment; Diameter: Fit through a standard 10 inch or 14 inch gate valve; Depth Rating: 100 meters, designed and rated for extended underwater use; Cable: 75 meters minimum, terminated in a single connector. 3.3.2 - The USBL beacon will be integrated into a research side scan sonar by the government, and shall meet the following requirements: Operation: For extended periods up to Sea State III as installed in the side scan sonar body. Must survive being towed in Sea State IV for up to 72 hours.; Dry Weight: 10 lbs. maximum; Diameter: Fit through a TBD diameter opening - The offeror shall state the size opening and space required, and any other integration considerations for towed body use.; Depth Rating: 400 meters, designed and rated for extended underwater use; Power: Self-contained battery power, with minimum battery capacity to operate 30 days at 10 hour per day use; Connection(s): For the communications interface, and to allow external power to be connected for charging of the internal batteries. Any exposed connectors shall have either 1) a waterproof closure mechanism, or 2) a wet-mateable connector and cable; Cable: 2 meters minimum pigtail, for integration with the side scan sonar. 3.4 ?Documentation - The Contractor shall provide three (3) sets of commercial quality bound documentation to NOAA, and one (1) set of CD(s) in electronic file formats compatible with Microsoft Word, AutoCAD, and/or Adobe Acrobat. Documentation shall include: Manuals: 1. User Manual, including theory of operation, operating procedures; 2. System Maintenance, including parts repair/replacement procedures; 3. Installation; 4. Troubleshooting Procedures, including manual techniques and any built-in tests; 5. Calibration Procedures (if applicable) showing the method with which the unit sensors were calibrated, and the expected stability of calibration; Documentation: 1. System drawings, including interconnections with connector pin outs; 2. Schematic drawings and block diagrams; 3. Spare parts listings, parts breakdown with manufacturer's original part numbers; 4. Calibration results, noting the calibration source such that NOAA can contact the calibration source for future calibrations; Software: 1. As required, to communicate with, operate and calibrate the system and its components. Provide in CD only. 3.5 ? Transportation - The USBL system will be provided with reusable shipping cases. The cases shall be suitable for Fed-Ex, Airborne, DHL, and UPS shipment. 3.6 - Acceptance Testing - 3.6.1 - Factory Acceptance Tests shall be performed at the point of origin. NOAA reserves the right to observe the tests. 3.6.2 -Final Acceptance Testing shall be performed in a fixed range, instrumented acoustic tracking environment. The US Navy Dabob Bay 3-D Tracking Range is located near Seattle and is proposed by NOAA for Final Acceptance Testing. The use of any other range must be approved by NOAA. 3.6.3 - The services of the manufacturer=s representative shall be provided to oversee Final Acceptance Testing, are included in the price quote. Testing shall include a review of all modes of operation. Offeror shall specify expected duration (in days) of testing, and include in the system cost. In the event of testing delays not due to USBL system problems, the offeror will quote separately the per day cost of additional Final Acceptance Testing support. 3.6.4 - In conjunction with or following the Final Acceptance Testing, the manufacturer=s representative will provide training on site for six NOAA personnel on the operation, calibration, maintenance, and troubleshooting of the system. This is included in the price offered. 3.7 - Warranty Services - The Contractor shall provide Software/Hardware Warranty support for one year from acceptance of Final Acceptance Testing. 4.0 OTHER REQUIREMENTS - With their proposal, the offeror shall supply lists and pricing for USBL system optional equipment and spare parts. The bids shall be structured to provide all the items grouped by paragraph, and each item individually. NOAA reserves the right to accept these bids within the first year of operation of the vehicle after acceptance.4.1 - Spare Hydrophone; 4.2 - Spare Beacon; 4.3 Spare Parts: Fuses and circuit boards, for beacon and shipboard electronics; 4.4 - Power components: All, including beacon battery, beacon battery charge circuit assembly, stand-alone beacon battery charger; 4.5 - Tool Kit: Uncommon maintenance tools, as recommended by vendor. 5.0 PROPOSAL INSTRUCTIONS TO OFFERORS - 5.1 - It is the offeror's responsibility to provide information, evidence or exhibits that clearly demonstrate ability to perform the requirements in the Statement of Work (SOW) in a concise, logical manner, and should not contain material which is not directly related to this acquisition. Specific responses requested from offerors are indicated by italics. 5.2 - Offeror shall provide a minimum of four user references with past or present experience with the USBL system model being offered. For each reference provide full company or organization name, contact name and telephone number, best available Email address. It is preferable to have references 1) that address the kinds and types of requirements specifically called out in the SOW and 2) that are within state or federal government. 5.3 - Preproposal conference and/or review of the draft SOW package by industry is not required. The type of work required by the solicitation is within the capability of the marine survey electronics industry. Specific questions raised by the offerors will be addressed accordingly. 6.0 SELECTION EVALUATION CRITERIA - 6.1 - The Government will make award to the responsible offeror whose offer is deemed best value and conforms to the statement of work and is most advantageous to the Government, total cost, and technical factors listed below considered. Your initial proposal should represent your best approach and pricing. The Government anticipates award based on initial offers. For this statement of work, the technical factors are considered significantly more important than price. As proposals become more equal in their merit, the total cost becomes more important. Cost proposals that are considered too low or too high may not be considered for award. 6.2 Factors - Evaluation of technical proposals will be based on the following factors, listed in descending order of importance. Factor A: Past Performance including predicted reliability, history and four or more references of users (state or federal government preferred) of the proposed USBL model. Factor B: Navigation accuracy and precision, including any substantiating tests of performance, calibration requirements, ease of calibration, compensation for sound velocity. Factor C: Characteristics of the proposed USBL model, including size, weight, endurance, ease of deployment, recovery, system durability and maintenance requirements. Factor D: Interface including ease of configuration, ease of real-time vehicle tracking, ease of data management (time tag, format, content, export), general system integration and training requirements. FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3, Buy American Act - Supplies (41 U.S.C. 10) and 52.229-5, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Paul Reed. Faxed and emailed proposals will not be accepted. For further information please contact Paul Reed at (206) 526-6034 or Paul.J.Reed@NOAA.gov. All questions should be addressed to Mr. Reed and emailed to the stated address. Deadline for receipt of offers is 2:00 PM June 17, 2004. Late or incomplete proposals will not be considered. ***** The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00586967-W 20040519/040517211753 (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  © 1994-2020, Loren Data Corp.