Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

20 -- Automated Ships' Monitoring System

Notice Date
9/4/2008
 
Notice Type
Modification/Amendment
 
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
9/5/2008
 
Archive Date
9/4/2009
 
Point of Contact
Debra Velmere Contracting Officer 4157444140 ;<br />
 
Small Business Set-Aside
N/A
 
Description
1. Combined synopsis and solicitation is modified to make changes to the Statement of Work, paragraph 8 for subparagraphs, 1, 2, 8-11 only. These paragraphs are below in there entirety. The word (DELETED) has been inserted where words have been removed and the word (INSERTED) where words have been inserted. 2. Closing date remains at 9/5/2008 at 9:00 p.m. P.S.T. CHANGED STATEMENT OF WORK FOLLOWS:8. STATEMENT OF WORK: 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 DELETED 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 a. System Central Controller or Base Station shall consist of the following: (1). 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. (2). Base Station radio and antenna system integrated to monitoring system-operating software. (3). System Manual with two (2) sets of system "as built" drawings. b. Remote Terminal Units (RTU) designed to be installed on each vessel to be monitored by the System. (1). Remote Terminal Units with integrated data radios and power supply. Connections for external power such as AC adapter or solar panel must be available. (2). RTU's must store a minimum of 24,000 time and date tagged data points. (3). Comprehensive manual covering RTU operations. c. (INSERTED) Maximum of Eleven (11) analog and digital sensors per vessel designed to monitor fire, flooding, DELETED and unsatisfactory dehumidification and cathodic protection. (1). Two (2) temperature (heat) sensors for fire monitoring (4-20 mA, 2,000) (2). Two (2) relative humidity sensors (4-20 mA). (3) DELETED. (4) DELETED. (5). Two (2) contact closure flood sensors and mounts. (6). One (1) relay system capable of monitoring dehumidification machine operations (ON/OFF, starts and runtime) (7). One (1) cathodic protection monitoring sensor b. (INSERTED) Vessel list by class and sensor location: Location Legend:Aft Steering = ASAFT House = AHAnchor Winless = AWAuxiliary Diesel = ADBridge = BEngine Room = ERFork Truck Stowage = FTOff Shore Petroleum Discharge Center =OPDSPump Room = PRShaft Alley = SA To be determined = TBD(1) Class {B} vessels four each. Heat "Fire" sensor four per vessel. Location ER,AW,AS,BRelative Humidity four per vessel. Location ER,B,AS,AW Flooding sensors two per vessel. Location ER,SA Cathodic Protection one per vessel. Location TBD Total Sensors 44 (2). Class {TAC} vessels Two One each. Heat "Fire" sensor four per vessel. Location ER,AD,AS,B Relative Humidity four per vessel. Location ER,AS,AD,B Flooding sensors two per vessel. Location ER,SA Cathodic Protection one per vessel. Location TBD Total Sensors 22 (3). Class {RORO} two each. Heat "Fire" sensors three per vessel. Location ER,AS,B Relative Humidity sensors three per vessel. ER,AS,B Flooding sensors two per vessel. ER,SA Cathodic Protection sensor one per vessel. Location TBD Total Sensors 22 (4). Class {TAO} vessel one each. Heat "Fire" sensors four per vessel. Location ER,B,FT(aft & fwd) Relative Humidity sensors four per vessel. Location ER,B,AS,AW Flooding sensors two per vessel. Location ER,SA Cathodic Protection one per vessel. Location TBD Total Sensors 11 (5). Class {LASH} vessel one each. Heat "Fire" sensor three per vessel. Location ER,PR,B Relative Humidity four per vessel. Location ER,PR Flooding sensors two per vessel. Location AS,AW Cathodic Protection one per vessel. Location TBD Total Sensors 11 (6). Class {T-AK} vessel one each. Heat "Fire" sensors four per vessel. Location ER,AW,B,AS Relative Humidity sensors three per vessel. ER,AW,B,AS Flooding sensors two per vessel. Location ER,SA Cathodic Protection sensor one per vessel. Location TBD Total Sensors 11 (7). Class {OPDS} vessel one each. Heat "Fire" sensor four per vessel. Location ER,OPDS,B,AH Relative Humidity four per vessel. Location ER,OPDS,B,AH Flooding sensors two per vessel. Location ER,SA Cathodic Protection one per vessel. Location TBD Total Sensors 11 8. Class {HMB-1} vessel one each. Heat "Fire" sensors one per vessel. Location TBD Relative Humidity sensors one per vessel. Location TBD Flooding sensors six per vessel. Location 3 port, 3 starboard Cathodic Protection sensor one per vessel. TBD Total Sensors 9 8. SYSTEM INTEGRATION, OPTIMIZATION, INSTALLATION AND TRAINING a. 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. b. 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. c. (INSERTED) Contractor shall perform an annual on site maintenance and testing evaluation of the installed monitoring system. 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, DELETED 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. (INSERTED) Contractor is required to comply with MARAD Fleet Safety Rules for Contractors. All work is to be accomplished in accordance with Federal, State and local laws including OSHA regulations. 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. (INSERTED) The Government will: Place Contractor -provided equipment on boardTransport all contractor personnel and equipment to and from the work site. Provide escort and transportation services to Contractor personnel while aboardEND OF MODIFICATION 0004
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e257ae19a3298da832e4f88dda6ef609&tab=core&_cview=1)
 
Place of Performance
Address: 2595 Lake Herman RoadBenicia CA<br />
Zip Code: 94510<br />
 
Record
SN01660146-W 20080906/080904222643-e257ae19a3298da832e4f88dda6ef609 (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.