Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

59 -- Electromechanical Cable (0.322" and 0.375")

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133M-08-RQ-1153
 
Archive Date
9/11/2008
 
Point of Contact
Paul J Reed,, Phone: (206) 526-6034
 
E-Mail Address
paul.j.reed@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation Number AB133M-08-RQ-1153 is hereby issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-26 dated June 12, 2008. This requirement is set-aside 100% for small business under NAICS code 335929 which has a size standard of 1,000 employees. 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 (June 2008), FAR 52.212-3 Offeror Representations and Certifications Commercial Items (June 2008), 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), 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 (Aug 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), 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), 52.2319-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008)(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), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). It is anticipated that a firm fixed price contract will be issued for this requirement. All Contract Line Items (CLIN's) must be offered on to be considered for award. Award will go to the responsive, responsible small business concern who offers the lowest cumulative price and conforms to the requirements contained herein. Prices are being sought for two (2) different types of Electromechanical Cable (CLIN's 0001 and 0002). The offeror shall provide a firm fixed price quote for one (1) quantity for CLIN 0001 and two (2) quantity for CLIN 0002. Quotations shall be firm fixed price offers for the following: CLIN 0001 (Quantity One (1) 0.322" Electromechanical Cable): Introduction: The Pacific Marine Center uses electromechanical cable to lower various scientific instruments over the side of their oceangoing research vessels. The cables support the instruments and provide the means for electrical signals to pass between the instruments and the vessel. It is typically called "CTD wire".The following specifications describe the significant characteristics the cable design must have. General: An electromechanical cable is required to lower various scientific instruments over the side of an oceangoing research vessel. The cable shall be capable of safely lowering an instrument to 6,000 m water depth in the dynamic environment caused by ship and wave motion, and lowering/raising speeds of 70 m/min. Multiple conductors are required for the real time transmission of electrical data and control signals and for redundancy. The cable shall be capable of being stored under tension for five years on single drum winches to multiple layers. Resistance to crushing is required. It is expected that payloads will frequently produce loading of the cable (both static + dynamic) approaching 50% of rated breaking strengthÿ(RBS). The cable will be used with LEBUS grooved drum shell. The cable must be compatible with existing LEBUS grooved shells for a Markey DESH-5, 38" width drum. Characteristics: 1) Maximum strength attainable is identified as the best possible ratio of strength to weight. The ability of a cable to "survive" under extreme conditions is a function of its Rated or Ultimate Breaking Strain. Minimum breaking strength is 10,000 lbs, free end 2) Highest elastic limit attainable -- identified as the best possible ratio of elastic limit to weight. This characteristic controls the mix of payload size, wire out, wire speed and environmental conditions at which the cable can operate with safety. This applies to both strength and electrical components of the cable. Elongation of no greater than 1.0 ft/kft/klbf. 3) High rotational stability is identified as a minimal amount of axial rotation under loads cyclically varying from 0% to 45% of RBS. Low rotation is considered necessary to avoid looping/hockling the cable on bottom contact or "Zero" tension conditions and to prevent excessive spinning of lowered instruments. Maximum amount acceptable is 15 degrees/ft. 4) High degree of armor stress balance is identified as the absence or near absence of variations to the relative loading on inner and outer armors that produce strength degradation when one end of the cable is free to rotate. 5) Minimum service life of 5 years. 6) Cable shall be capable of operating at: greater than 30% RBS for 90% of expected life and greater than 40% RBS for 70% of expected life. 7) The cable shall be able to withstand occasional loading to 50% RBS without reduction in strength or change in electrical characteristics. 8) The armor shall be galvanized. 9) The cable shall have a finished O.D. of 8.1788 mm (0.322"). 10) The cable shall be in one unbroken length of 8000 m (without splices). 11) The cable shall be capable of operation with single drum winch systems where the cable is stored under tension. 12) The cable shall be able to operate continuously (useful life) over sheaves not less than (NLT) 40 times the cable diameter without degradation in strength. 13) The cable must be capable of withstanding repeated flexures over sheaves at the nominal working loads given in item 6 without degradation in strength or change in electrical characteristics. 14) The cable shall be capable of withstanding cyclical loading in tension as results from ship motion without degradation in strength or change in electrical characteristics. 15) The cable shall not unlay when cut, i.e. it must be well preformed. 16) The cable shall be lubricated for abrasion and corrosion protection. The lubricant should not extrude in use and be of non-petroleum base. 17) The cable shall have multiple electrical conductors capable of efficient transmission of low power signals at frequencies less than 20 kHz. Cable design should be optimized to permit simultaneous transmission of 5 kHz and 10 kHz signals in a single conductor to armor circuit. Performance Specifications: 1) Finished Diameter: - The finished diameter shall be 8.1788 mm (0.322") at a loading of 15% of RBS. The diameter shall be uniform over the length of the cable with tolerances of (Ä0.0508 mm (0.002") and +0.076 mm (0.003")). 2) Working Diameter: - The change in cable diameter due to a change in cable loading shall not exceed 2% of the finish diameter. At a loading of 50% RBS the cable diameter shall not be less than 8.03 mm (0.316)". 3) Rotation: - The finished cable should not rotate about its axis more than 65 degrees per meter at 40% of RBS. It is recognized that this requirement may not be met given the specified outer armor wire size and minimum sheave diameter. 4) Rated Breaking Strength: 4500 Kg (10000 lbs) with one end free to rotate. 5) Flexure Tolerance: - Withstand > 50,000 flexure cycles over sheaves 40 times wire O.D. at 35-40% of RBS without failure of individual wires or degradation of electrical performance. Degradation in strength shall not exceed 5% of RBS. 6) Tension Cycling: - Withstand > 50,000 cycles in tension from 10% to 40% of RBS at an 8 sec. period without failure of individual wires or degradation of electrical performance. Degradation in strength shall not exceed 5% of RBS. 7) Sheave Size: - The cable shall be capable of operation with sheaves of tread diameter 38 cm (15"). 8) Cable Length: - The cable shall of an unbroken lengths of 8,050 m without splices. 9) Armor Wires: - The armor wires shall be galvanized and have the following characteristics: Tensile Strength: greater than Extra Improved Plow Steel; Ductility:greater than of XIPS; Armor: both inner and outer armor wires to have a diameter greater than 0.813 mm (0.032") SGXXIPS 10) Belt: - The conductor package shall be jacketed with 0.381 mm (0.015") Hytrel to protect the conductors from armor abrasion. 11) Electrical: - The cable shall be constructed with 3 stranded copper wire conductors sized #20 AWG or larger, #19 AWG 19/0.203 mm (0.008") bare copper with 0.406 mm (0.016") wall polypropylene, each of which shall have the following electrical characteristics: Conductor Resistance: greater than 32.8 ohms/1000 m. (10 ohms/1000 ft.), Armor Resistance greater than 10 ohms/1000 m.(3 ohms/1000 ft.), Capacitance 131 pf/m. (40 pf/ft.) at a frequency of 1 kHz., Voltage Rating greater than 1000 VDC, Insulation Material Copolymers of Polypropylene, Polyethylene or Ethylene Propylene, Insulation Resistance greater than 32.8 Gigaohms/1000 m. (10ÿGigaohms/1000 Ft., Color Coding: One each conductor wires of Red, White and Black 12) Yield Strength: Construction shall be such that the conductors shall not yield at a cable loading equal to 70% of RBS. 13) Lubrication: - The cable shall be lubricated with Grignard Pre-Lube - 19 for abrasion and corrosion protection at the armor closing process during manufacture. The lubricant shall be of a low viscosity, water displacing type that does not extrude in use. Delivery Requirements: The cable shall be delivered on a wooden reel for storage. The cable shall be delivered to 7600 Sand Point Way NE, Seattle, WA 98115, Building 33 no later than October 31, 2008. The contractor shall provide at least 48 hours notice prior to delivery to Larry Loewen at (206) 553-1487 or larry.loewen@noaa.gov. The cable shall be delivered with a report demonstrating the cable's ability to meet the above specifications. The report shall include, but not be limited to: 1. Electrical characteristics. 2. Length, weight, RBS both fixed end and one end free, other mechanical characteristics. 3. Diagram of as-built cross-section construction. CLIN 0002 (Quantity Two (2) 0.375" Electromechanical Cable): Introduction: NOAA/NOS requires two (2) armored electromechanical cables for use with a MOCNESS net sampling system and/or CTD(Conductivity, Temperature and Depth) casts. The cables shall be double armored with a coaxial cable at their core. Two (2) continuous unspliced lengths of 8000 meters are required in accordance with the following. REQUIREMENTS: 1.0 Construction - Each cable shall have a double layer of steel armor. The inner core shall be a coaxial cable with a #14 AWG conductor having polyethylene insulation, a shield and a Hytrel jacket. 1.1 Core - The center core shall be a coaxial cable of the following characteristics: Conductor: Stranded #14 AWG bare copper (19/0.361mm(0.0142")) (OD 1.73mm(0.068")). Insulation: Polyethylene Shield: Woven metal bare copper (#28 AWG wires (OD 5.16mm(0.203")) which acts as return. Jacket: Hytrel, which acts as a protective belt between the shield and armor. 1.2 Armor - Two layers of steel armor, GIPS, are required. 1.3 Finished Cable Size - The cable shall have a finished diameter of 9.53 mm (0.375") at a loading of 15% of RBS(975 kg(2159 lbs.)). The diameter shall be uniform over the length of the cable with tolerances of (+0.076 mm(0.003") or -0.051 mm(0.002")). The cable shall be of an unbroken length of 8050 m without splices. 1.4 Working Cable Size - The change in cable diameter due to a change in cable loading shall not exceed 2% of the finish diameter. At a loading of 50% RBS(3250 kg(7,170 lbs)) the cable diameter shall not be less than 9.34 mm(0.367"). 2.0 - Mechanical Characteristics - The minimum breaking strength shall be 6500 kg (14,330 lbs). The maximum working strength shall be 2650 kg (5,850 lbs) and the bend radius shall be 38 cm(15"). 3.0 Electrical Characteristics - The minimum breakdown voltage rating of the cable shall be at least 1,900 VDC with insulation resistance of 15 Gohms/km(50 Gohms/1000 ft). The resistance of the center conductor shall be less than 10 ohms/km(3.0 ohms/1000 ft.). The resistance of the shield return shall be less than 7.0 ohms/km(2.1 ohms/1000 ft.). As a coaxial cable, the cable shall have a characteristic impedance of not less than 40 ohms at 1Mhz and a capacitance of less than 131 pF/m(40 pF/ft) at 1Khz. 4.0 Physical Characteristics - The weight of the cable in water shall be less than 325 kg/km(220 lbs/1000 ft). The cable shall be lubricated for abrasion and corrosion protection at the armor closing process during manufacture with Grignard Pre-Lube 19 or equal. The lubricant shall be of a low viscosity, water-displacing type that does not extrude in use. 5.0 Delivery Requirements: The cables shall be delivered on wooden reels for storage. The cables shall be delivered to 7600 Sand Point Way NE, Seattle, WA 98115, Building 33 no later than October 31, 2008. The contractor shall provide at least 48 hours notice prior to delivery to Larry Loewen at (206) 553-1487 or larry.loewen@noaa.gov. The cables shall be delivered with a report demonstrating the cables' ability to meet the above specifications. The reports shall include, but not be limited to: 1. Electrical characteristics. 2. Length, weight, RBS both fixed end and one end free, other mechanical characteristics. 3. Diagram of as-built cross-section construction. To be considered responsive to this requirement, all offerors submitting quotations must submit a statement with their quotation as follows: "( Name of Offeror ) agrees with all terms, conditions, and provisions included in Solicitation Number AB133M-08-RQ-1153 and agrees to furnish any and all items upon which prices are quoted at the prices contained in this quotation." Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC3, Seattle, WA 98115 Attn: Paul Reed. Facsimile proposals may be submitted to 206-526-7756 by the closing date and time contained herein. Hard copies with original signatures must be submitted as a follow on to facsimile copies submitted. For further information please contact 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 Pacific Daylight Time, September 10, 2008. Late or incomplete proposals will not be considered. Submitted quotations shall be valid for 15 days. 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/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c434697127f0a655b130caeca2985ce2&tab=core&_cview=1)
 
Record
SN01656997-W 20080904/080902220801-c434697127f0a655b130caeca2985ce2 (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.