Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2005 FBO #1305
SOLICITATION NOTICE

20 -- ROV

Notice Date
6/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-05-RQ-1550
 
Response Due
6/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Monitor National Marine Sanctuary, Newport News, Virginia has a requirement for the following equipment: A Remotely Operated Vehicle in accordance with the following Statement of Work: I. INTRODUCTION The vendor shall provide a small, lightweight, remotely operated vehicle (ROV) for the purpose of discovery, documentation, and management of submerged cultural resources. The vendor shall supply an ROV that may be deployed by a single person. The vendor shall also provide an integrated control console fitted with the power supply, video screen, and hand controller, 150 meters of umbilical cable less than 8mm diameter, and two on-board video cameras (see Section II: Specific Requirements). Archaeologists within NOAA?s Maritime Heritage Program will operate the ROV. The precise geographic location of the ROV surveys is to be determined by the Maritime Heritage Program after the award. NOAA?s Maritime Heritage Program (MHP), created in 2002, is an initiative of the National Marine Sanctuary Program. The MHP?s mission is to develop and implement a program of discovery, protection, management, interpretation, education, and community appreciation of our nation?s maritime heritage through partnerships with federal and state agencies, academia, and private enterprises. The MHP focuses on maritime heritage resources within the National Marine Sanctuaries, but also promotes its goals throughout the entire nation. II. SPECIFIC REQUIREMENTS The vendor shall provide a small ROV for the purpose of discovery, documentation, and management of submerged cultural resources. The ROV is required to be one-person-deployable and weigh no more than 30-40 lbs. in air. To be used on small boats and operated by a single individual, the ROV?s body dimensions must be no more than 550mm long, 300mm wide, and 300mm high. The ROV will be operated in a diverse set of depths and environments and therefore must be able to function to a maximum working depth of at least 150-meters. For site investigations and cultural resource documentation purposes the ROV is required to have two video cameras. The first video camera is required to be color with at least 570 lines of horizontal resolution and a Lux level of at least 0.3. The color video camera must have a tilt range of 180 degrees and have at least a 270 degrees range of view. The color camera is required to have a 50 watt (min.) quartz halogen light with variable intensity that is capable of tracking the camera. The second video camera is required to be black and white with at least 430 lines of horizontal resolution and a Lux level of approximately 0.03 for low light site investigations. The video output for both cameras must be NTSC. The vendor is required to provide an integrated control console that operates on a maximum of 650-800 watts with video monitor in a waterproof case. The control console must also incorporate an integrated hand controller with joystick that controls the ROV?s forward, reverse, rotate, and lateral movements as well as additional controls for vertical thrusters, thruster gain, trim, auto heading, auto depth, camera tilt, camera focus, lights on/off, light intensity, video overlay, and accessories. The vendor is required to supply an ROV with brushless thrusters. Each brushless thruster must at a minimum have a Bollard thrust of 8-9 lbs. each, and the ROV must be capable of a forward momentum of at least 3 knots to operate in strong currents, such as those found at the Monitor National Marine Sanctuary. The vendor is also required to supply one spare brushless thruster. The vendor will supply an external lighting system to be mounted on the ROV to provide light when investigating the interior of shipwrecks, or in poor visibility environments. In order to operate the vehicle in strong current and to avoid an undue amount of in-water drag the vendor is required to provide a 150-meter umbilical with a diameter of no more than 8mm. The umbilical is required to be neutrally weighted in fresh water and weigh no more than 15-20 lbs. in the air. The vendor is required to provide an umbilical reel for the 150-meter umbilical cable. The umbilical reel must be fitted with a 3 conductor slip ring housed in a weather proof housing. The vendor shall provide a laser scaling system with the ROV to aid in estimating the size of submerged cultural resources. The laser scaling system must incorporate at least two lasers fitted on the color camera set at a separation of 50mm. The lasers must be able to be turned on and off at the hand controller. The vendor shall also provide a scanning sonar and software for long range image capture and low visibility image capture to locate targets, range to object and object avoidance, as well as for navigation. The scanning sonar must have a minimum range of 80 meters and a 360 degree field of view. The vendor shall provide software with the following features: a. Scan sector setup b. Scan speed c. Zoom d. Recording of image e. Image measurement III. DELIVERABLES The vendor shall provide a one-person-deployable (maximum 30-40 lbs.) remotely operated vehicle (ROV). The ROV is required to operate to a maximum depth of 150- meters with at least 150 meters of 8mm (maximum) diameter umbilical cable and come with an integrated control console and video screen. The ROV shall be used in surveys to document cultural resources on the seafloor in both shallow and deep water. Detailed specifications for this ROV will be found in Section II above. IV. GOVERNMENT FURNISHED MATERIALS There will be no government furnished materials. VI. MORE INFORMATION For more information about the NOAA National Marine Sanctuary Program and NOAA?s Maritime Heritage Program, refer to the following web sites: http://www.sanctuaries.nos.noaa.gov http://www.monitor.noaa.gov 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. OFFERS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotations should be submitted by June 30, 2005 to the U.S. Dept. Of Commerce/NOAA/Eastern Admin Support Center, Acquisition Management Division, 200 Granby Street, Room 815, Norfolk, VA 23510, ATTN: Linda Jacobs. For additional information contact Linda Jacobs at 757-441-6563. Quotations may be faxed to: (757) 441 3786. Reference Request for Quotation (RFQ) Number EA133C-05-RQ-1550 on your quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations Re-Write and Federal Acquisition Circular 4. The provision at 52.212 1, Instructions to Offerors Commercial applies to this acquisition; there are no addenda to the provision. Provision 52.212 3, Offeror Representations and Certifications Commercial Items must be submitted with your offer. Please ensure your compliance with ORCA requirements in Provision 52.212-3. Clause 52.212 4, Contract Terms & Conditions Commercial Items applies to this acquisition. Clause 52.212 5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items (Checked Clauses 1, 10, 15, 16, 17, 26 and 31), apply to this acquisition. Clause 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration and clause 52.204-7 Central contractor Registration apply to this requirement. These clauses can be downloaded and/or viewed at www.acqnet.gov/far. All responsible sources may submit an offer which shall be considered by the agency. To be eligible for award, offerors must be registered with the Central Contractor Registration (CCR): www.ccr.gov and obtain (and provide on the offer) a DUNS number by calling 1-800-333-0505. Award will be made to the lowest responsible, responsive offeror who can meet the specific requirements contained in the FEDBIZOPPS announcement and is most advantageous to the government considering price and other price related factors. No Defense Priorities and Allocations System (DPAS) rating assigned. The FSC for this is 2090 and the NAICS Code is 334510, small business size standard is 750 employees. This is a 100% Small Business Set-Aside. Award will be made on July 8, 2005.
 
Place of Performance
Address: 100 Museum Drive/Newport News/VA
Zip Code: 23606
Country: USA
 
Record
SN00833326-W 20050623/050621211816 (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.