Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

66 -- Triaxus System w/Side Scan Sonar

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Acquisition Section, 77 West Jackson Blvd, Chicago, IL 60604
 
ZIP Code
60604
 
Solicitation Number
RFQ-IL-07-00076
 
Response Due
8/27/2007
 
Archive Date
9/27/2007
 
Description
NAICS Code: 334511 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation no.RFQ-IL-07-00076 is applicable and is issued as a request for quotation. Requests for quotation number RFQ-IL-07-00076 shall be referenced on any quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The United States Environmental Protection Agency's (EPA) Great Lakes National Program Office requires a Triaxus System and 4200-FS Side scan sonar electronics chasis. The description of the commericial items read as follows: 1) Triaxius System @ 1 each; 2) Triaxus Spares/tool kit @ 1 each; 3) Interfacing (5 separates) @1 each, 4) Nitrate UV Process Photometer @ 1 each; 5) Flow Through Cuvette @1 each; 6) Duvette holder assy @ 1 each; 7) Bench Power Supply 20/1000 @1 each; 8) 4200 side scan sonar interface @ 1 each; 9) 4200 FS side scan electronics chassis et al @ 1 each; 10) Discover Topside display software ? 1 each; 11) Pressure housing with endcap and connectors-300M @2 each. Minimum Specifications: The equipment must be able to hold sensors that will provide data/information about the physics, chemistry and biology of the waters of the Great Lakes. The equipment must be designed to be towed behind a ship on a cable that both secures it to the ship and also connects computer(s) on the ship, with the sensors in the water. The cable must have copper wires for power, fiber optic wires for data transfer, and a winch to allow efficient use of the towed vehicle. The towed vehicle must come as a complete system, including the towed vehicle, winch, cable, deck unit (onboard control and computer unit), and software for data uploading from the vehicle's sensors, and software which will fly the vehicle in either an automatic or auto-pilot mode or a human-controlled mode. The system must also include all aspects of integration of existing and newly acquired sensors into the vehicle. As a minimum, the towed vehicle must have: 1) Wings or control surfaces in both horizontal and vertical planes that provide the ability to undulate horizontally and vertically and to maintain position horizontally and vertically. The vehicle must be able to fly in an up-down, or yo-yo pattern to gather information on the water column from 5 m to 80 or 100 m depths. The vehicle must be able to fly at a specific depth in shallow water, and to be able to keep the vehicle away from the wake of the ship by making it fly off the right or left side of the ship, and potentially undulating it horizontally. The vehicle must also have pitch, yaw and roll correction/control. 2) The vehicle must be towable at speeds of 8kt or more; towing cannot require slowing the ship below 8 kt. 3) The electronics in the towed vehicle must provide the ability to interface with and transmit data from analog and digital sensors. 4) The system must have "intelligent" software, programmable to fly the shuttle in a standard or non-standard undulation pattern, and able to respond to varying water depth, so that vehicle will not hit bottom if inadvertently left unattended. The software must be able to detect potential or real problems and signal the operator if those problem(s) occur. The vehicle must be slightly positively buoyant so that if separated from the cable through strain, it will come to the surface. 5) The system must be able to support, simultaneously, a SeaBird 25 ctd, Fluoroprobe, Laser Optical Plankton Counter, Wet Lab C Star transmissometer, Trios Nitrate sensor, and side-scan sonar system. 6) The side scan sonar system (i.e., Edgetech 4200) must have the ability to provide detailed, high resolution and high speed (up to 10 knots) imaging of the lake bottom. It must have the proven ability to be incorporated into the Triaxus pods and have a depth rating of at least 300 meters. It must also have the ability to be integrated with other sensors and be expandable to sub-bottom profiling in the future scanning using dual, simultaneous 300/600 kHz transducer. The system must be multi-purpose with the ability to map at least bottom structure in the Great Lakes of 100 m or less. It must have the ability to perform bathymetric surveys at up to 300m depth and the ability to perform archeological surveys and research and recovery efforts. The selection resulting from this Request for quotation will be made on the basis of the lowest priced technically acceptable quote from the responsible quoter who meets the minimum requirements for both systems. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The provision FAR 52.2 12-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.2 12-2, Evaluation-Commercial Items is applicable. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offerors Representations and Certification-Commercial Items, with their offer. This clause may be found on the internet at the following site: http://www.arnet.gov/far. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Terms, and Far 52.2 12-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this acquisition. Under Far 52.2 15-5 paragraph (b) the following additional clauses apply to this acquisition: FAR 225-1, Buy American Act- Balance of Payments Program-Supplies.
 
Record
SN01372599-W 20070816/070814222429 (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.