Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

59 -- Multibeam Echosounders

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-09-RQ-0918
 
Archive Date
9/23/2009
 
Point of Contact
Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
christine.jeffries@noaa.gov
(christine.jeffries@noaa.gov)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotations (RFQ) number is EA133M-09-RQ-0918, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-35. This requirement is issued on an unrestricted basis. The applicable North American Industrial Classification System (NAICS) code is 334511, Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing, which has a corresponding size standard of 750 employees. The following line items apply: Item 0001, Intermediate Depth Multibeam Echosounder (MBES), Brand Name or Equal to the Kongsberg EM 710,.5° x 1° to include one complete set of system manuals, 1 EA Item 0002, Full Ocean Depth MBES, Brand Name or Equal to the Kongsberg EM 722, 1° x 1° to include one complete set of system manuals, 1 EA Intermediate Depth MBES Salient Characteristics: Item 0001 referenced above must meet the following salient physical, functional, or performance characteristics: Depth range: <3m to >2000m Operating frequency: 70 - 100 kHz TX beam width: 0.5 degrees RX beam width: 1.0 degree TX Pulse: Both CW and FM Coverage sector: Up to 140 degrees Swath width: >2km at 600m depth / 5.5 times water depth Motion compensation and stabilization:Yaw: +-10 degrees; Pitch: +-10 degrees; Roll: +-15 degrees TX beam steering: Stabilized for roll, pitch, and yaw motions. RX beam steering: Stabilized for roll motions Yaw stabilization: By 3 frequency coded transmit sectors for effective yaw stabilization Suppression of sounding artifacts: By use of frequency coded transmitter sectors System accuracy (RMS): Proven to be better than 0.2% of depth for beams up to 45 degrees, 0.3% between 45-60 degrees, and 0.5% between 60-70 degrees Ice protection: Ice-reinforced transducers Service: Service organization capable of providing repair, training or adjustment support within 48 hours worldwide The following physical, functional, or performance characteristics are desired: Depth resolution: 1cm Ping rate: >30Hz Multiping mode (Dual swath): Two swaths per ping to ensure 100% coverage and same sounding density along-and across track Number of soundings: 0.5x1, 1x1: 800 per ping with multi-ping / 400 per swath; 1x2, 2x2: 400 per ping with multi-ping / 200 per swath Range sample rate: 15kHz / 5cm RX transducer technology: Wideband receiver transducer Beams focusing: On transmit per sector, and on reception dynamic Beam forming method: Time delay with phase rotation Beam spacing: Equidistance, Equiangular and High-density High resolution mode: High-density processing. The resulting sounding density is 30% better than that achievable with conventional Equidistance mode Pulse lengths: CW: 0.15, 0.5 and 2ms FM: 20-120ms Mammal protection: Included Multi bounce suppression: > 50dB. Problems with second surface return and other multiples, resolved by multi-sector transmission with different frequencies. Side lobe suppression: > 25dB Water column: Both display and logging (logging included as optional) Seabed image: Both display and logging Swath width control: Automatically adjusted according to achievable coverage or operator defined limits to maintain all beams when swath width is reduced. A narrower swath gives a higher ping rate which improves the sounding density. TX transducer length: 0.5 degree : 2m RX transducer length: 1degree : 1m Environmental and EMC specification: Overall: IACS E10; TRU and PAU: IEC 60945 / IP54 rated; HWS and LCD: IP22 rated Full Ocean Depth MBES Salient Characteristics: Item 0002 referenced above must meet the following salient physical, functional, or performance characteristics: Depth range: 20m to 11000m Operating frequency: 12 kHz (nominal) TX beam width: 1.0 RX beam width: 1.0 TX Pulse: Both CW and FM Coverage sector: Up to 150 degrees Swath width: Proven to be more than 3km / 6 times water depth down to 4000m Motion compensation and stabilization: Yaw: +-10 degrees; Pitch: +-10 degrees; Roll: +-15 degrees TX beam steering: Stabilized for roll, pitch and yaw motions RX beam steering: Stabilized for roll motions Yaw stabilization: By 8 frequency coded transmit sectors for effective yaw stabilization Suppression of sounding artifacts: By use of frequency coded transmitter sectors System accuracy (RMS): Proven to be better than 0.2% of depth for beams up to 45 degrees, 0.3% between 45-60 degrees and 0.6% between 60-70 degrees Service: Service organization capable of providing repair, training or adjustment support within 48 hours worldwide The following physical, functional, or performance characteristics are desired: TX transducer length (m)(frame length): 1 degree: 7.8m RX transducer length (m) (frame length): 1 degree: 7.2m Environmental and EMC specification: Overall: IACS E10; TRU and PAU: IEC 60945 / IP54 rated; HWS and LCD: IP22 rated Depth resolution: 1 cm Ping rate: >5Hz Multiping mode (Dual swath): Two swaths per ping to ensure 100% coverage and same sounding density along-and across track Number of soundings: 0.5x1, 1x1, 1x2: 864 per ping with multi-ping / 432 per swath; 2x2: 432 per ping; 2x4: 216 per ping Pulse lengths: CW: 2, 5 and 15ms FM: Up to 100ms Range sample rate: 2kHz / 37cm RX transducer technology: Wideband receiver transducers which can be fully integrated with a sub-bottom profiler by adding a separate low frequency transmit-transducer. Beams focusing: On transmit per sector, and on reception dynamic Beam forming method: Time delay with high resolution Beam spacing: Equidistance, Equiangular and High-density High resolution mode: High-density processing. The resulting sounding density is 30% better than that achievable with conventional Equidistance mode. Mammal protection: Included Multi bounce suppression: > 50dB. Problems with second surface return and other multiples, resolved by multi-sector transmission with different frequencies. Side lobe suppression: > 25dB Water column: Both display and logging (logging included as optional) Seabed image: Both display and logging Swath width control: Automatically adjusted according to achievable coverage or operator defined limits to maintain all beams when swath width is reduced. A narrower swath gives a higher ping rate which improves the sounding density. Delivery of the MBES is required F.O.B Destination on or before December 1, 2009 to: National Oceanic and Atmospheric Administration Office of Marine and Aviation Operations/Marine Operations Center Atlantic 439 West York Street Norfolk, VA 23510 The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), applies to this acquisition, and the following apply as ADDENDA: This is a Request for Quotes (RFQ), not a Request for Proposals. As such, the correct terminology to identify responding contractors to this solicitation is "vendor" not "offeror," and the correct terminology when identifying the contractor's response to this solicitation is "quote" not "offer". Contractors are therefore notified with regard to this particular solicitation that use of the words "offeror" and "offer" are deemed synonymous with "vendor" and "quote." Quotes are due at 12:00 PM EDT on August 10, 2009 ; late quotes will not be considered. Any questions regarding this solicitation must be sent electronically to Christine Jeffries at Christine.Jeffries@noaa.gov before 4:00 PM Eastern Daylight Time (EDT) on August 4, 2009. Quotes may be submitted electronically via e-mail or fax to 757-664-3643. ALL CONTRACTORS must be actively registered in the Central Contractor Registration (CCR) database to be considered for an award of a Federal contract. For information regarding registration in the CCR database, contact the CCR at www.ccr.gov. Vendors are asked to provide their data universal numbering system (DUNS) number, as issued by Dunn and Bradstreet, along with their quotes. In addition to unit and extended prices, Vendors shall submit the following Technical and Past Performance information: Technical : Vendors are required to submit a list of the components that comprise the MBES, including the quantities of each component. Vendors are also required to submit product literature in sufficient detail to demonstrate that the items quoted conform to the required salient characteristics provided above; product literature in support of the desired characteristics provided above is also requested. If a product other than the brand name product identified in line items 0001 and 0002 is quoted, Vendors must also provide the information required by FAR clause 52.211-6, Brand Name or Equal (AUG 1999) as provided below. Finally, Vendors are required to submit a copy of its company's standard commercial warranty for the MBES that is quoted. Past Performance : Vendors shall also demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts (within the past 3 years) that is of the same or similar scope, magnitude, and complexity to that which is described in the solicitation. Of particular interest is the Vendors' performance of the service requirements identified in the lists of salient characteristics provided above. Include a list of a minimum of three (3) current/previous contracts performed within the last three years that are of a similar nature to this solicitation and include: contract number, name and address of the Government agency or commercial entity, description of work/services provided, point of contact with current phone number and e-mail address, date of contract award, period of performance, and the initial and current/completed contract value. Vendors that are newly formed entities or otherwise lack relevant prior contracts should list contracts and subcontracts as required above for all key personnel and applicable resources to be used in the effort being offered (where it may not be easily apparent, also explain the relevance of the past performance). Offerors are encouraged to describe any problems encountered and corrective actions taken on the identified contracts. The Government reserves the right to obtain additional past performance information from other sources. In the event that any Vendor submitting a response to this solicitation is a large business under the applicable NAICS code, submission of a Subcontracting Plan will be required in accordance FAR clause 52.219-9, Small Business Subcontracting Plan. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) In accordance with FAR 52.212-1, Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2009) with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.] Vendors may obtain the full text of FAR provisions and clauses at http://www.arnet.gov/far. The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999) applies. The fill-in information within this provision is provided as follows: The following factors shall be used to evaluate offers: technical, past performance, and price. Technical and past performance, when combined, are significantly more important than price. Vendors with no relevant past performance will be assigned a neutral rating. The following additional terms and conditions will apply to any order resulting from this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009) applies to this acquisition, and the following apply as ADDENDA: CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) CAR 1352.208-70, Printing (MAR 2000) CAR 1352.209-73, Compliance with the Laws (MAR 2000) CAR 1352.216-70, Contract Type (MAR 2000) with the following fill-in: Fixed Price CAR 1352.233-70, Harmless from Liability (MAR 2000) CAR 1352.252-71, Regulatory Notice (MAR 2000) CAR 1352.215-73, Inquiries (MAR 2000) CAR 1352.233-71, Service of Protests (MAR 2000) with the following fill-in: U.S. Department of Commerce, NOAA, Eastern Region Acquisition Division, ATTN: Christine Jeffries, 200 Granby Street, Norfolk, VA 23510, and U.S. Department of Commerce, Office of the General Counsel, Contract Law Division Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, Washington, D.C., 20230, ATTN: Mark Langstein, Esquire. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009), applies to this acquisition; the following FAR clauses cited within paragraph (b) are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (10) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (11) 52.219-9, Small Business Subcontracting Plan (APR 2008) (13) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) (22) 52.222-26, Equal Opportunity (MAR 2007) (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (33) 52.225-5, Trade Agreements (JUN 2009) (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) No other terms and conditions apply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-0918/listing.html)
 
Place of Performance
Address: NOAA/Marine Operations Center Atlantic, 439 West York Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN01895901-W 20090802/090801001305-a70c913636630a9ac6b2f0c17f41ca9c (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.