Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

70 -- Acoustic Doppler Current Profilers

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133F-07-RP-0145
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
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 in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is also notice that The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Pacific Marine Environmental Laboratory (PMEL) intends to negotiate under the authority of 41 U.S.C. 253(c)(1), a sole source contract with Teledyne RD Instruments for the acquisition of the following: 7 each Broadband 75 kHz Acoustic Doppler Current Profiler to measure velocity profiles up to 600 meters in length, 4 each Broadband 300 kHz Acoustic Doppler Current Profiler to measure velocity profiles up to 160 meters in length, and 4 each PRESSURE SENSOR OPTIONS 200M. NOTE: FOB Destination delivery on or before 10/15/2007 to PMEL. ACOUSTIC DOPPLER CURRENT PROFILER SPECIFICATIONS: 1. The acoustic Doppler current meter shall employ the Doppler principle to remotely measure detailed vertical profiles of the speed and direction of water currents through selected (see 4) meters of water. 2. The instrument shall use four transducers to obtain measurements of the current profiles in three dimensions. Three transducers are for the current profiles and the fourth transducer shall provide a redundancy check on the measurements taken. 3. Instrument will have patented Broadband Signal Processing and patented Broadband Transducers. 4. Four instruments shall have an operating frequency of 300 kHz that will return a current profile of 160 meters of water from the transducer with a maximum deployment depth of 500 meters of water. Seven instruments shall have an operating frequency of 75 kHz that will return a current profile of 600 meters of water from the transducer with a maximum deployment depth of 1500 meters of water. UNIQUE SPECIFICATIONS FOR 75kHz ADCP: The instrument water current range shall be +/- 5 meters/second. The number of profile windows (cells) that the profile can be divided into shall range from 1 to 128. Each individual window size shall be adjustable from 4 meters to 32 meters. The measurement interval of the instrument shall be adjustable. Current Profile Specifications: Velocity accuracy: +/- 1%, +/- 5mm/sec. Velocity Resolution: 1 mm/sec Velocity Range: +/- 5 m/sec (default) +/- 10m/sec (maximum) Vertical Resolution (Depth Cell Size) 4 to 32 meters Ping Rate: 1 Hz (typical) UNIQUE SPECIFICATIONS FOR 300kHz ADCP: The instrument water current range shall be +/- 5 meters/second. The number of profile windows (cells) that the profile can be divided into shall range from 1 to 128. Each individual window size shall be adjustable from 2 meters to 8 meters. The measurement interval of the instrument shall be adjustable. Current Profile Specifications: Velocity accuracy: 0.5% of the water velocity relative to the ADCP, +/-5mm/sec. Velocity Resolution: 1 mm/sec Velocity Range: +/- 5 m/sec (default) +/-20 m/sec (maximum) Number of Depth Cells: programmable from 1 - 128 Vertical Resolution (Depth Cell Size) 2 - 8 meters Ping rate: 2Hz 5. Sample and data storage rates should be user selectable. The instrument shall have a serial port (RS-232 or RS-422; ASCII or binary output port of 1200 to 115200 baud terminal communications) that will allow the user access to the instruments data storage and software parameters to allow the user to tailor the instrument to their specific needs. 6. A Windows based terminal program is required for easy communication, instrument setup and data retrieval via direct RS-232 and RS-422. Additionally, a graphical representation of all stored data should be provided for ?quick-look? evaluation of data. 7. The instrument shall include a flux gate compass and tilt sensors with the following specifications: SPECIFICATIONS FOR 75kHz ADCP COMPASS AND TILT SENSORS: Compass Sensor: (fluxgate type) Accuracy: Heading +/-2? Precision: +/-0.5? Resolution: 0.01? Maximum tilt: +/-15? Tilt: Range: +/-50? Precision: +/-1.0? Accuracy: +/-0.5? Resolution: 0.01? SPECIFICATIONS FOR 300kHz ADCP COMPASS AND TILT SENSORS: Compass Sensor: (fluxgate type) Resolution: Heading, Pitch, Roll 0.1? Accuracy: Heading +/-2? Precision: +/-0.01? Maximum tilt: +/-15? Tilt: Range: +/-15? Precision: +/-0.5? Accuracy: +/-0.5? Resolution: 0.01? 8. Solid state PCMCIA memory shall be used for data storage in the instrument with a minimum storage capacity of 64 Megabytes of memory. 9. Each ADCP will operate from an alkaline battery pack. The batteries should be internal to the instrument and provide sufficient capacity for a 1-year deployment. Battery packs should be shippable without hazardous material restrictions. Each ADCP will have provisions to connect an external battery pack for long-term deployments of more than one year. 10. Each unit will have a temperature sensor mounted on instruments transducer that is recorded with an accuracy of +/-0.4 ?C, a resolution of 0.01 ?C, and a temperature range of -5 ?C to +45 ?C. 11. Each unit will have a pressure sensor with an accuracy of +/- 5 m and a range of 2000m for the 75kHz ADCPs and a range of 500m for the 300 kHz ADCP. This acquisition is NOT a small business set-aside, and the associated NAISC code is 334511 with a size standard of 750 employees. This solicitation document and incorporated provisions and clauses are those in effect through the March 2007 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-16. Full text of clauses and provisions are available at http://www.arnet.gov/far/. The following FAR clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors?Commercial Items (Sept 2006), FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006) with DUNS Number Addendum [52.204-6 (Oct 2003)], 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007), 52.212-2 Evaluation?Commercial Items (Jan 1999) ? pricing consideration and past performance are evaluation factors, as is the technical capability in terms of how well the products meet the Governments requirement, 52.247-34 F.o.b. Destination (Nov 1991), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). It is anticipated that a non-competitive sole-source firm fixed price contract will be issued for this requirement. However, all responsible, responsive concerns having the expertise and required capabilities to furnish the above items are invited to submit complete written information fully demonstrating the capability, expertise, qualifications, and experience to meet the above requirements. All submittals received by the due set forth in this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. All interested concerns must submit the aforementioned documentation to Loren.Frei@noaa.gov no later than July 17, 2007. This notification of intent closes at 12:00 PM Pacific time July, 17, 2007. Questions regarding this solicitation may be directed to Loren Frei, Contract Specialist, at Loren.Frei@noaa.gov. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). 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 also 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. Additionally, this procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Standard Form 1449 (2) Schedule,(3) Representations and Certifications, and (4) Past Performance form. Offers must include with their offer an originally signed SF-1449, a completed schedule, a completed copy of the annual representations and certifications at https://orca.bpn.gov, and past performance form. Quotes will be valid for 60 days.
 
Place of Performance
Address: Seattle, WA
Zip Code: 98115
Country: UNITED STATES
 
Record
SN01339133-W 20070713/070711220634 (fbodaily.com)
 
Source
FedBizOpps 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.