Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2009 FBO #2800
SOLICITATION NOTICE

42 -- Remotely Operated Submersible Vehicle

Notice Date
7/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
09-P-LDQ002354
 
Archive Date
8/15/2009
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a BRAND NAME or equal commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, Effective 01 July 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 09-Q-LDQ002354 and shall be referenced on all quotes. The FBI has a requirement for one (1) Teledyne Benthos MiniROVER Remotely Operated Vehicle that includes the following components: 1) - High Output MiniROVER System (12 Amp), P/N O13427, including: • Lightweight splash-proof hand box controller with 50' extension cable • Surface power/control console available user inputs: Full duplex RS232 serial ports, analog inputs and digital inputs • High-resolution 10X Zoom color video camera: 470 Lines Resolution, 0.1 LUX Minimum Illumination, 270 Degrees Tilt, NTSC - Lexan housing also contains fixed focus black and white high resolution, low light level camera. - 600 lines, 0.003 lux - tilts with color zoom camera • Video Overlay with Depth, Heading, Date, Time, Cable Turns Indicator Displays • Two variable intensity LED light arrays • Two high output 1 hp rare earth, magnetically coupled brushless motors with stainless steel propellers (Max 40 lbs thrust each) for horizontal control, one 1/3 hp thruster for vertical control • Pitch, roll, heading sensor, rate gyro, auto heading and auto depth • Heavy duty rugged and reusable watertight shipping and storage case 2) - 120 Meter Neutral Tether Assembly, P/N D251-0004-120 3) - 300 Meter Neutral Tether Assembly, P/N D251-0004-300 4) - Two Function Articulator, P/N 011786; Tool & drive package capable of hooking, grabbing, and cutting, with 90 lbs. force and 350 degree wrist movement. 5) 1 hp Thruster Spares Kit, P/N 013161; includes • spare propeller assy (P/N 012927), • E-clips (P/N 009947), D-washers (P/N 009946), • Spring washers, small (P/N 012557), • Spring washers, large (P/N 012558), • Thruster bearings, large (P/N 012553) 6) Consumable Spares Kit, P/N ES-Mini Spare 7) Magnesium Anode, P/N A251-0048 8) Factory training for 6 operator 9) Proviewer P900E-20 (900 KHz) Sonar System (P/N BV-P900E) 10) EXC-300 Ethernet Extender Kit (P/N BV-EXC-300) 11) BlueView Interface Kit (P/N BV-INTERFACE KIT); includes • Installation and Testing Labor for BlueView Sonar Interface • Subsea Ethernet Interconnect Cable • Topside Sonar Interconnect Cable • Subsea Mounting Kit for BlueView Sonar, Ethernet Extender 12) Portable Surface Tether Management System (P/N D251-0060), 120m max tether (manual), tether not included 13) Portable Surface Tether Management System (P/N 013176), 300m max tether (manual), including 14 Conductor Slipring Assembly, tether not included The ROV system also shall meet the following technical requirements: • Physical dimensions not to exceed: Weight: 44 lbs; Height: 11.5 inches; Width: 15.5 inches; Length: 26 inches • Performance: Minimum 2:1 thrust to weight ratio Items called for by this solicitation have been identified by a brand name or equal description. Such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation, unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the solicitation, or such product shall be otherwise clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the quoter must furnish as a part of its quote all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the solicitation, and (ii) establish exactly what the quoter proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the quoter proposes to modify a product so as to make it conform to the requirements of the invitation for quotes, the quoter shall: (i) include in his/her quote a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the closing date to make a product conform to a brand name product referenced in the solicitation will not be considered. A firm fixed price contract will be awarded to the responsive, responsible quoter whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability and (2) price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009). **** Please note : All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2007); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2009) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-34, 52.232-36,, 52.239-1. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) and 52.211-6 Brand Name or Equal (AUG 1999) are incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes will be accepted via email only. Quotes shall be sent to Lynda.Theisen@ic.fbi.gov. For information regarding the solicitation, please contact Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov. Questions will be accepted by email only. Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/09-P-LDQ002354/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01887596-W 20090727/090725233413-a2b86c316ddd957dbd6206269e0dc82b (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.