Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

20 -- Sound Velocity Profiler Sole Source (Brand Name)

Notice Date
5/20/2004
 
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-0062
 
Response Due
6/22/2004
 
Archive Date
10/22/2004
 
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 being conducted under FAR Section 13.5 and specifies Brooke Ocean Technology as the only manufacturer of self-contained and fully automated real-time sound velocity profiler. Offerors who propose a self-contained and fully automated real-time sound velocity profiler that meet all characteristics listed in the following specifications will be considered for award. The associated North American Industrial Classification System code is 488390. Please see attached PRICE SCHEDULE for required items and spare parts list. Contract Line Item Numbers 01-04 are FOB-Destination Marine Operations Center-Atlantic, 439 W. York Street, Norfolk, VA. 23510-1145. Contract Line Item Numbers 05-09 are FOB-Destination Marine Operations Center-Pacific, 1801 Fairview Ave E, Seattle, WA. 98102. 1.0 Purpose. National Ocean Survey's Office of Coast Survey requires self contained, Moving Vessel Sound Velocity Profiler to integrate to the survey multibeams for hydrographic surveying. The basic requirement is for a free fall Sound Velocity Profiler, over-the -side deployment/recovery system, and computer controlled smart winch. The system must be capable of autonomous operation without personnel on deck. The system will have the capability to be monitored and controlled remotely. The system must be sufficiently robust to be operated and maintained in the field by relatively inexperienced technicians. 2.0 Specification. The following specifications are to ensure that the vehicle will perform at the level required for Hydrographic Survey. 2.1 Performance Specifications - 2.1.1 - Operating Depth: No less than 100meters at 12 Knots. 2.1.2 - The fish will free fall with the vessel underway. Once the desired depth is reached, the fish will make an ascent to a shallow water towing position. Once this ascent is complete, the fish will be recovered or towed. The free fall fish needs to be extremely stable so not to experience tow off provided the vessel does not execute a turn. The system will collect and log SV data and also provide output of sv data in a format that will be accepted by survey multibeams. 2.2 Winch - 2.2.1 Hydraulic powered, with integral fail safe brake, and slip ring. 2.3 Sensor - The following sensor must be included on the unit. 2.3.1 - Real time Sound Velocity Sensor in a pressure housing. 2.4 Free Fall Fish - 2.4.1 A highly stable aerodynamic shaped body which is capable of being towed at 20 knots. The fish will be equipped with a tail for stability, and capable of accommodating a variety of sensors.2.5 Deployment/Recovery - 2.5.1 - Integral to the base frame of the system will be a rotatable boom which is used to deploy and recover the free fall fish. The boom will be instrumented to measure cable out. The end of the boom will be equipped with a capture mechanism to positively capture the fish during recovery. 2.6 Control System - 2.6.1 - The control system will be PC based. It will be equipped with a number of fail safes. The free fall fish can be set for deployment with three criteria that the control PC can use to abort the deployment. The criteria are: desired fish depth, height off bottom and a factory setting of maximum line out. If any of these criteria are met during the cast the PC will automatically stop the deployment and start a recovery. 2.7 Installation Requirements - 2.71 The following items will be provided by the vessel for installation: Deck space required of not more than about 2.5 m x 1.2 m; 440 V, 3 Phase electrical power (50 or 60 Hz) (Winch Power); Depth and position from the ship?s sounder/positioning system to be input into the control system NMEA string. 3.0 - Warranty Services - The Contractor shall provide Software/Hardware Warranty support for one year from acceptance on a 24 hour on-call basis. 4.0 ? Documentation - The Contractor shall provide a full set of Operations and Maintenance manuals to NOAA. Documentation provided shall include, but not be limited to the following: (1) Theory of operation; (2) Operating Procedures; (3) Interfacing Instructions with connector pinouts; (4) Troubleshooting and Maintenance Procedures; (5) Parts lists with manufacturer's original part numbers; (6) Drawing of boards showing component placement; (7) IPB (Isometric Parts Breakout) drawings showing how all parts, especially mechanical parts relate to one another. (8) Calibration Procedures showing the method with which the unit sensors were calibrated. Provide the calibration source, such that NOAA can contact the Calibration source for future calibrations. (10) Recent Calibration Data for sensor. 5.0 ? Other - The Manufacturer shall supply lists and pricing for the levels of spare parts necessary to repair and maintain the AUV for a period of at least two (2) years. The list shall include, but not be limited to: (1) Electrical/Electronics spares; (2) Mechanical spares; (3) Hydraulic spares; (4) Cable; (5) Free Fall Fish. Prices for the listed spare parts shall be included in the proposal. A price for the provision of all items and prices for each individual item shall be included. NOAA reserves the right to accept these bids within the first year of operation of the vehicle after acceptance. 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. Questions regarding this procurement and its name brand status shall be directed to Contracting Officer 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 22, 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
SN00589341-W 20040522/040520211717 (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.