Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

42 -- SUBMERSIBLE REMOTELY OPERATED VEHICLE (ROV)

Notice Date
9/11/2009
 
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, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-09-LDQ002354
 
Archive Date
10/1/2009
 
Point of Contact
Dina Olibah, Phone: 703-814-4830, Lynda M. Theisen, Phone: 703-632-8067
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. See restrictions below for brand name only. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, Effective 11 August 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-LDQ002354 and shall be referenced on all quotes. This solicitation, replaces the original request for brand name or equal that closed July 31, 2009. The FBI requires (1) one submersible remotely operated vehicle system that shall have the following minimum characteristics: • Compact system weighing a maximum of 45 lbs gross weight • A minimum of 300 Meters SeaWater (MSW) Depth rating • System shall have a multiple thruster system capable of generating a minimum surface speed of 4.1 knots and drawing a maximum of 3,000 watts to operate. o Thrusters shall provide vertical, horizontal, forward, and lateral control capability • Video overlay with depth, heading, date, time, and cable turns indicator displays. Display shall provide split-screen capabilities that allows simultaneous views of camera and sonar display • Shall have pitch, roll, heading sensor, rate gyro, auto heading, and auto depth • Shall have a high resolution color video camera system with a minimum 470 lines of resolution, 2 lux minimum illumination, 180 degree tilt, and NTSC • Shall have a low light camera with at least 420 lines and 0.003 lux minimum illumination, tilts with color camera • Shall have variable intensity LED light arrays • Shall have a multi-beam imaging sonar platform with an operating capability that falls within the range of a minimum and maximum of 720-950 KHz. • Sonar system shall be fully integrated and compatible with the proposed vehicle and its control console. • Shall have a 120 meter tether system, including tether and tether assembly and/or reel that are fully integrated and compatible with the proposed vehicle and its control console. • Shall have a 300 meter tether system, including tether and tether assembly and/or reel that are fully integrated and compatible with the proposed vehicle and its control console • Shall have a portable surface tether management system including a fiber optic pullout hub, slipring, assembly at a maximum of 120 meters • Shall have a portable surface tether management system including a fiber optic pullout hub, slipring, assembly at a maximum of 300 meters • Shall have a multi function articulator capable of hooking, grabbing, cutting, and retrieving items within water weight of a minimum of 75 lbs. • Shall have a consumable parts spare kit • Shall have a thruster spare kit • Shall have a heavy duty rigged and reusable watertight shipping and storage cases • Shall include factory training for (6) six operators All items shall be delivered FOB destination 30 days ARO to USERT WFO, 2400 Schuster Drive, Cheverly, MD 20781. Inspection and acceptance will take place at the aforementioned address. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/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 (2) price and (3) past performance. 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) FAR 52.212-1, Instructions to Offeror- 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, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 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 (MAR 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2009) - in paragraph (b) the following clauses apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is 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. All questions regarding this combined synopsis/solicitation are due by September 14, 2009 at 1 PM EST. Questions shall be accepted via electronic mail only and shall be sent to Dina.Olibah@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by September 16, 2009 at 4 PM EST. Quotes will be accepted via email only to Dina.Olibah@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 09-LDQ002354.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-09-LDQ002354/listing.html)
 
Place of Performance
Address: Cheverly, Maryland, 20781, United States
Zip Code: 20781
 
Record
SN01951296-W 20090913/090912001657-5d608988423bb47dcf4a9c0bd9bd0c3d (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.