Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

20 -- Automated Ship's Monitoring System

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, DOT/Maritime Administration, WR Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4Q08014
 
Response Due
8/25/2008
 
Archive Date
8/8/2009
 
Point of Contact
Debra Velmere Contracting Officer 4157444140 ;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
1. The solicitation number is DTMA4Q08014 is being issued as a Request For Quote (RFQ) with anticipation of awarding an Indefinite Quanity type purchase order. An indefinite-quantity contract provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The contemplated fixed period is four years. The Government will award a firm fixed price for CLIN 0001 which includes one (1) radio frequentcy alarm monitoring system and a minimum order of supported material and equipment to support 13 vessels equipped with Remote Terminal Units (RTU) as defined in CLIN 0001. The Government has no obligation to order any more then the miniimum support equipment and material to outfit the 13 vessels under CLIN 0001. During the four year contract period, the Government may order and the contractor is to furnish, if ordered, equipment and material to outfit a maximum of 10 additional vessels on a per ship basis under CLIN 0002. Only CLIN 0002 is Subject to Availability of Funds, FAR 52.232-18. SEE PARAGRAPH 12 for PRICING format. 2. This action is set aside to small business under NAICS Code 561621 ALARM SYSTEM MONITORING EQUIPMENT, SIZE STANDARD IS $11.5 million, SIC 7382 SECURITY SYSTEMS SERVICES. 3. This is a combined synopsis/solicitaton for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solicitation; proposals are being requesed and a written solicitation will not be issued. 4. Responses are due by 8/25/08 at 1:00 p.m. P.S.T., by mail or email to the attention of Debra Velmere, Contracting Officer. Please do not send facsimles. Please include the RFQ number (DTMA4Q08014) in the correspondence. POC Debra Velmere, debbie.velmere@dot.gov, Phone (415) 744-4140. 5. Offerors are to provide:a. a statement describing their company,b. a statement or documentation that demonstrates meeting Statment of Work (SOW) Contractor Requirements at Pararaph 10.c. a statement or documentation that demonstates meeting SOW Warrenty and Repair requirements at paragraph 11. d. a statement describing the equipment they propose to provide or descriptive literature, and a description of System radios to be supplied that are capable of continuous operations in conditions appropriate to Benicia, California. e. exceptions and/or additions of commericial terms and conditions referenced herein. Failure to supply adequate data may be considered in evaluation for award. 6. Point of Contact: Debra Velmere, debbie.velmere@dot.gov, Phone (415) 744-4140. 7. PROVISION AND CLAUSES:The solicitation document and incorporated provisions and clauses are thoses in effect through Federal Aquisition FAC 2005-18 Effective 30 June 2007. Provision and clauseds can be found on the web at http://acquisition.gov/far/index.html. 52.212-1. Instruciton to Offerors - Commercial, applies to this acquisiton. There are no addenda to the provision. 52.212-2, Evaluation-Commerical Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, past performance and price. Technical and past performance are more important then price. See paragraph 5 for data to be supplied for evaluation. 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not compled the annual representations and certifcations electronically at the ORCA website, the offeror shall comlete only paragraph (b) through (j) of this provision. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there is no addenda to the clauses. 52.212-5 Contract Terms and Conditions Required To IMplement STatues or Executive Orders-Commercial Items, applies to this acquisiton and the following additional clauseds are applicable to this acquistion. 52.216.18 Ordering52.216.22 Indefinite Quantity52.222-21 Prohibition of SEgregated Facilities52.222-26 Equal Opportunity52.232-18 Availability of Funds52.232-19 Availability of Funds52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 8. STATEMENT OF WORK: Plase of Performance: Suisun Bay Reserve Fleet, Benicia CARadio Alarm Vessel Monitoring SystemStatement of Work (SOW)August 2008 The following defines a vessel-monitoring project for the U.S. Department of Transportation Maritime Administration, Western Region, Suisun Bay Reserve Fleet in Benicia, California. The vessels in the Suisun Bay Reserve Fleet are maintained as assets for the Department of Defense and other Government programs. The Statement of Work describes the system and its specifications, component specifications, software specifications, contractor qualifications, installation and delivery requirements, on-site training, and post-installation support requirements determined to be acceptable. 1. DESCRIPTION/SPECIFICATION Specification Overview The Contractor shall provide one (1) radio frequency alarm monitoring system installed at the Suisun Bay Reserve Fleet, Benicia, California. The radio frequency alarm monitoring system is required to report the occurrence of fire, flooding, electrical current, unauthorized entrance, and unsatisfactory dehumidification and cathodic protection for thirteen (13) ocean-going vessels. Vessel mounted Remote Terminal Units (RTU) will collect data from sensors mounted at various locations throughout the vessel, determine if an alarm condition is present and respond to the alarm by initiating an immediate transmission to the Base Station, or store the data if it is within normal parameters. The System shall use a quiescent plus polled protocol, whereby the radio system is normally silent except when a vessel mounted RTU detects an alarm or an analog value change below or beyond set points preset by System operators for that sensor. The System shall be polled from the Base Station on a timed basis or on demand. The normal polling procedure will collect maintenance data from each vessel-mounted RTU (battery voltage, sensor status, communication status, current alarm conditions, etc.). An alarm event, defined as a digital sensor trip or an analog value outside of normal parameters, will cause the vessel mounted RTU to initiate an immediate communication to the Base Station. In the event of a communication failure, the RTU will continue to poll the Base Station until it receives an acknowledgement that the data was received. The radio system will use an approved error checking protocol to insure correct data transmission. The System shall be capable of independently monitoring a minimum of eleven (11) analog and digital or contact closure type sensors. The system shall be capable of expanding to fourteen (14) sensors per vessel. The number of vessels the system can monitor shall be unlimited. The Contractor shall be responsible for furnishing, integrating, and optimizing the system as well as installation, training, and long-term support. 2. SYSTEM COMPONENTS 1. System Central Controller or Base Station shall consist of the following: a.PC station with appropriate display/alarm software installed and configured to depict the harbor, all ships, and significant harbor features and secondarily detail screens depicting individual ships with sensor locations clearly marked.b.Base Station radio and antenna system integrated to monitoring system-operating software.c.System Manual with two (2) sets of system "as built" drawings. 2. Remote Terminal Units (RTU) designed to be installed on each vessel to be monitored by the System. a.Remote Terminal Units with integrated data radios and power supply. Connections for external power such as AC adapter or solar panel must be available.b. RTU's must store a minimum of 24,000 time and date tagged data points.c.Comprehensive manual covering RTU operations. 3. Eleven (11) analog and digital sensors per vessel designed to monitor fire, flooding, electrical current, unauthorized entrance, and unsatisfactory dehumidification and cathodic protection. a. Two (2) temperature (heat) sensors for fire monitoring (4-20 mA, 2,000 F). b. Two (2) relative humidity sensors (4-20 mA).c. One (1) current sensor (4-20 mA) to monitor incoming 3-phase current at each vessel.d. Two (2) infrared intrusion monitoring sensors.e. Two (2) contact closure flood sensors and mounts.f. One (1) relay system capable of monitoring dehumidification machine operations (ON/OFF, starts and runtime)g. One (1) cathodic protection monitoring sensor 3. REMOTE TERMINAL UNITS-GENERAL SPECIFICATIONS A Remote Terminal Unit is defined as an assembly including a computer controller device with a display. The RTU will be designed to accept and store analog or digital data from sensors mounted throughout a vessel as well as display the local RTU serial number, current time and date, battery voltage remaining on RTU batteries, real time data for each active channel, and at least 10 historical data points for each active channel on the RTU. The RTU will be operating with an integrated spread-spectrum radio and battery enclosed in a NEMA 4X enclosure. The integrity of the NEMA 4X enclosure must not be compromised by cables or wires coming into the enclosure; it must remain watertight and simple to disconnect and relocate to another ship if desired. The RTU assembly operates as a vessel mounted data accumulator that transmits data to the base station by being polled at frequent intervals. During normal operations, the Base Station polls any or all Remote Terminal Units for status on a regular operator selectable basis. 4. BASE STATION GENERAL SPECIFICATIONS A Base Station shall not have sensors connected to it. The function of the Base Station is to display data on each deployed sensor and each RTU equipped vessel's status and to poll vessel mounted RTUs for data. Software selected to display the system data must be an object-oriented program permitting a view of ship locations and major harbor facilities. Vessels must be able to be moved around the harbor using a "click and drag" computer operation. A labeled image of each vessel will visibly and dramatically change in case an alarm is detected on that vessel. On "clicking" any vessel a secondary screen appears depicting that vessel only, which shows each sensor location and type and a dialog window opens detailing the alarm history of that sensor. The software will act as the primary controller for the System and provide for visual and audible local alarms when the conditions warrant them. Both the Base Station PC and software must be integrated with an appropriate data radio. 5. RADIOS All System radios shall be 900 MHz or 2.4 GHz spread spectrum frequency hopping data radios fully integrated into the RTU and Base Station. System radios shall be capable of continuous operations in conditions appropriate to Benicia, California. Radios selected should be able to act as repeaters to assure RF path to the Base Station. 6. ANTENNAS Antennas for the System shall be either omni or directional with sufficient gain to assure reliable transmission and reception over the distances required at the Reserve Fleet. 7. POWER SUPPLY Each RTU shall have onboard battery capacity to operate without input for at least 24 hours. They must also have an integrated battery charger suitable to maintain a fully charged battery(s) under normal conditions using an AC adapter or solar panel. The RTU shall be wired such that they operate off the battery, not a direct AC connection, as a protection against AC surges. Battery status shall be monitored and displayed for each RTU by the software package. 8. SYSTEM INTEGRATION, OPTIMIZATION, INSTALLATION AND TRAINING 1. The System Central Controller (MRTU) at the Base Station requires system integration and optimization of the software and hardware. Integration shall consist of proper selection of RTU components and manufacture of RTUs consistent with the requirements of this application along with the software required to operate the system. Optimization shall consist of programming and developing a database tailored to the specifics of the Suisun Bay Reserve Fleet. The Contractor will be provided details of each vessel to be equipped with an RTU sufficient to create the screens defined above. 2. The Contractor shall provide on-site training at the Suisun Bay Reserve Fleet. Training shall consist of: Sufficient training, to insure that qualified SBRF personnel are capable of installing, improving, testing, and operating the alarm system. This requirement must be part of the deliverable system. This training shall occur during the time the Contractor installs the Base Station, antenna, and the associated equipment and sensors on two (2) vessels. Sufficient training to ensure that qualified SBRF personnel are capable of operating the Base Station PC computer. "Operating" means the ability to poll RTUs, collect data as needed from the System, react to alarms, move ships about the harbor, and create new ships as they come into the Reserve Fleet. 9. SPEECH SYNTHESIZER/AUTODIALER An integral solid state analyzer/synthesizer board shall be available that shall accept, digitize and store user spoken speech or other sounds in a minimum 4 Mbytes flash memory for later playback through the synthesizer. The board shall provide high quality natural sounding storage and playback of speech. At least 12 minutes of 4 kHz bandwidth audio storage shall be possible. Speech compression methods that degrade speech quality shall not be employed. A minimum of 254 individual messages shall be addressable, with any message length possible from 0 seconds up to the remaining capacity of the dialer. Individual messages shall be erasable and recordable without effecting other recorded messages. Integral software shall be supplied to organize the spoken messages efficiently in memory by user defined message number, prompt the user during the recording process, tag the messages, and enable the messages to be concatenated to form long messages from recorded phrases. System software shall efficiently manage the flash sectors to avoid wasting flash capacity. With user defined speech, it shall be possible for the unit to repeat previously entered spoken alarm messages and to verbally report analog values and associated engineering units in easily understandable language familiar to the operator. A touch tone detector shall be provided to enable the unit to respond to tones entered on any touch tone phone. With this capability and appropriate supplied software, it shall be possible for operators to acknowledge alarms, change set points, enter security keywords, control equipment operation, and trigger spoken reports of station status including spoken reporting of analog, digital or contact closure alarm values such as fire, flooding, electrical current, and unauthorized entrance etc. The dialer shall be able to report any status or analog value present in the RTU, including those received from remote RTUs. Alarm acknowledgment shall require touch-tone entry of a security code unique to each operator. 10. Contractor Requirements The Contractor shall meet the following requirements: Have five years minimum demonstrated capacity and history of manufacturing, programming, installing, testing, repairing, and supporting radio telemetry systems for Naval, Marad or commercial ocean-going vessels. Have a demonstrated capacity to produce, program, and install the system within 60 days of authorization to proceed. Have a demonstrated capacity to supply long-term technical support on all aspects of system hardware, software, and system configuration. 11. Warranty and Repair The system shall be warranted for one (1) year from date of delivery, including parts and labor. The manufacturer shall guarantee that any failed unit shall be repaired and shipped within 24 hours of receipt by the factory. 12. Pricing CLIN 0001: Firm Fixed Price for one (1) TurnkeyRadio Frequency Alarm Monitoring System to monitor thirteen (13) vessels as outlined in the Statement of Work $______________________. CLIN 0002: Firm Fixed Price to proviide equipment and material to outfit additional vessels on a per ship basis $____________________per ship. SUBJECT TO 52.216-18 ORDERING AND 52.232-18 AVAILABILITY OF FUNDS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=feea172ce67ecc8fbdb1bbb07bbb09ef&tab=core&_cview=1)
 
Place of Performance
Address: Benicia CA<br />
Zip Code: 94510<br />
 
Record
SN01635183-W 20080810/080808222256-feea172ce67ecc8fbdb1bbb07bbb09ef (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.