Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

20 -- Dynamic Positioning System (DPS) for NOAA Ship RONALD H. BROWN - References

Notice Date
6/13/2011
 
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-11-RQ-0447
 
Archive Date
7/9/2011
 
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
RFQ in MS Word Format Additional Thruster Info Thruster Info Drawings Dynamic Positioning System (DPS) for NOAA Ship RONALD H. BROWN 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 Quote (RFQ) number is EA133M-11-RQ-0447. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-52. The RFQ is issued on an unrestricted basis. The associated North American Industry Classification System (NAICS) code is 334511, which has a corresponding size standard of 750 employees. The National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division located at 200 Granby Street, Norfolk, VA 23510, requires the following items: Item 0001: Provide one (1) each new DPS for NOAA Ship RONALD H. BROWN in accordance with the attached Statement of Work (SOW). Unit Price: $___________; Quantity: 1; Unit of Issue: Each; Extended Price: $____________. Item 0002: Provide on-site installation support in accordance with the attached SOW. Installation is anticipated to occur during the ship's next dry dock and repair period, which is tentatively scheduled for March 2012. The location of the next dry dock and repair period is to be determined. Unit Price: $___________; Quantity: 1; Unit of Issue: Job; Extended Price $____________. Item 0003: Travel expenses for on-site installation support. Travel expenses will be reimbursed in accordance with the Federal Travel Regulation and Federal Acquisition Regulation (FAR) 31.205-46. Provide the General and Administrative (G&A) Expense Rate applicable to travel: _________%. Unit Price: Estimated $5,000.00; Quantity: 1; Unit of Issue: Lump Sum; Extended Price: $____________ [G&A rate * $5,000.00]. The SOW entitled, "Dynamic Positioning System Replacement," is incorporated by reference and provided as an attachment to this RFQ. FAR and Commerce Acquisition Regulation (CAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) applies to this acquisition with the following addenda: 1. The following is added to paragraph "o" of FAR clause 52.212-4: System Warranty. The warranty period shall commence with a written document that establishes a specific System Commissioning date. The System Commissioning date shall be after a successful testing and acceptance sea trial and after the date of assignment of ABS DPS-1 class notation. The basic warranty period shall be for a minimum of one year from the System Commissioning date and include unlimited remote technical assistance for tuning the system and setting or modifying system parameters. During the basic warranty period, technical support shall include site visits by the vendor if required to correct problems, repair or replace defective items, and bring the system to a satisfactory operating status. The vendor's responsibility for travel costs shall be based on travel from vendor's facility to Charleston, SC. 2. CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) (Reference 1301.602-170) 3. CAR 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) (Reference 1309.507-2) 4. CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) (Reference 1309.507-2) 5. CAR 1352.233-70 AGENCY PROTESTS (APR 2011) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Melissa Sampson, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} 6. CAR 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (Reference 1346.503) The place of acceptance for the DPS system will be at the Southeast Marine Support Facility, 1050 Register Street, North Charleston, SC 29405. The place of acceptance for on-site installation support will be on board NOAA Ship RONALD H. BROWN at a shipyard that is to be determined. 7. CAR 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (APR 2010) (a) Mr. Jamie LeCompte is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: 1050 Register Street, North Charleston, South Carolina 29405; Phone Number: 843-566-9191; e-mail: Jamie.A.LeCompte@noaa.gov. (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 8. NOAA/ERAD INVOICES (APR 2011) Invoices may be submitted electronically to the COR; original invoices shall be submitted to the designated billing office as follows: Southeast Marine Support Facility 1050 Register Street North Charleston, SC 29405 An electronic copy of invoices shall be submitted to the Contracting Office identified in this RFQ. Payment will be made by NOAA Finance Systems Admin Branch, 20020 Century Boulevard, Germantown, MD 20874. (End of clause) 9. NOAA/AGO SCHEDULE OF DELIVERABLES The following is a schedule of all deliverables, including administrative deliverables, required during the period of performance of this contract: Item Description QTY Due Date Deliver To: Reference 1 DPS with DPS-1 or better ABS class notation 1 11/30/2011 COTR Requirements paragraph 1 2 Tuning and Acceptance Test Document Draft 3 2 weeks prior to sea trial COTR Requirements paragraph 6(c) and Documentation paragraph 4 3 Tuning and Acceptance Test Document Final 4 1 week prior to sea trial COTR Requirements paragraph 6(c) and Documentation paragraph 4 4 Autopilot 1 11/30/2011 COTR Requirements paragraph 3 5 Training 40 hours TBD Six members of the bridge team Requirements paragraph 4 6 Participation in original testing and acceptance at Sea Trial 1 day TBD COTR Requirements paragraph 6 7 Spares TBD 11/30/2011 COTR Requirements paragraph 7 8 System Software 1 11/30/2011 COTR Requirements paragraph 8 9 On-site Installation Support 3 days TBD TBD System Installation paragraph 10 All hardware and components for interfacing with existing systems TBD 11/30/2011 COTR Miscellaneous System Hardware paragraph 11 Remote support during installation As needed TBD TBD System Installation paragraph 12 Operator Manual 4 hard copies; 1 digital copy 11/30/2011 COTR Documentation paragraph 1 13 Technical Manual 4 hard copies; 1 digital copy 11/30/2011 COTR Documentation paragraph 2 14 Installation Manual 4 hard copies; 1 digital copy 11/30/2011 COTR Documentation paragraph 3 15 Quick Reference Guide 4 hard copies; 1 digital copy 11/30/2011 COTR Documentation paragraph 5 16 Troubleshooting Guide 4 hard copies; 1 digital copy 11/30/2011 COTR Documentation paragraph 6 17 Mathematical Model 1 hard copy; 1 digital copy 11/30/2011 COTR Documentation paragraph 7 (End of clause) End of Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial items (JUN 2011). 9. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] XX (1) 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). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). XX (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (10) [Reserved] ___ (11) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (12) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. XX (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (14) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). XX (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). ___ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). XX (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). XX (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). XX (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). XX (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). XX (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) XX (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). XX (35) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. XX (36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (38) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. XX (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XX (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 10. FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (Reference 12.301) ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008): The text of paragraphs "f" and "l" is hereby deleted, and the paragraphs are annotated as "Reserved." All references herein to "offerors" shall be construed as "vendors," and all references herein to "offers" or "bids" shall be construed as "quotes." A ship check may be arranged by contacting Mr. Jamie LeCompte at 843-566-9191. The items under this acquisition are subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements. Vendors shall submit quotes in response to this solicitation in English and in U.S. dollars. Vendors interested in submitting a quote in response to this Request for Quotations are requested to provide the following information before June 24, 2011 at 2:00 PM Eastern Daylight Time. Vendors shall submit quotes in two (2) separate documents, Technical Solution and Price, via e-mail to Christine Jeffries at Christine.Jeffries@noaa.gov. Questions regarding this solicitation must be received in writing before 12:00 PM EDT on June 17, 2011. VOLUME 1: TECHNICAL SOLUTION The Technical Solution consists of the following sub-factors: a) Past Performance; b) Hardware, Operating System, Software, and Warranty; and c) Minimum Power Mode. a) Past Performance: Vendors shall describe in paragraph form relevant performance on other contracts of similar size, content, and complexity to the work required by this RFQ or affirmatively state that it possesses no relevant past performance. The Vendor shall articulate the relevancy of prior contracts to this requirement; relevant past performance includes installations that were accomplished at least one year ago, but not more than 3 years ago, and that are of the same or similar scope, magnitude, and complexity as described in this solicitation. Vendors shall provide a list of 10 vessels, having a DPS-1 (or better) ABS classification, on which the same DPS quoted for NOAA Ship RONALD H. BROWN has already been installed. The list of 10 vessels shall be from a minimum of five (5) different companies, with no more than three (3) vessels from any one company. Vendors are encouraged to provide information on problems or challenges encountered and how they were overcome or resolved. For each reference, provide the following information: 1) a brief but detailed description of the system and services provided to include accomplishment, challenges, etc.; 2) contract number; 3) name and address of the Government agency or commercial entity; 4) point of contact with current phone number and e-mail address; 5) date of contract award; 6) period services were provided or delivery was made; and 7) initial and current contract value. The Government reserves the right to obtain information from other sources in addition to those included with the quote. b) Hardware, Operating System, Software, Warranty: The vendor shall provide commercial product literature for the DPS being quoted. Product literature should provide a description of system hardware, operating system/programming language, Man Machine Interface (MMI) software package, ability to interface to PCs and peripherals using Ethernet LAN, and the local programming capability available to NOAA personnel. Vendors shall include a narrative of why specific hardware and software will be selected as compared to other products available in the marketplace. Vendors shall quantify the degree of system openness. Vendors shall describe the standard commercial warranty that is included with the DPS and provide any additional information needed to address the warranty requirements at paragraph 1 of the Addendum to FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items and paragraph 5 of the "Requirements" Section of the Statement of Work; vendors shall also describe how long the product has been on the market and how long the vendor anticipates being able to support the product into the future. Vendors shall provide copies of the "Product Type Approval" certificate(s) issued by American Bureau Shipping (ABS) for the Programmable Logic Computer (PLC) model to be used, as well as for monitors and other hardware that will be included with the DPS. Vendors shall provide a list of recommended on-board spare parts. c) Minimum Power Mode: The vendor shall provide a DPS containing a user-selectable, Minimum Power Mode of operation. Provide an explanation of the Minimum Power Mode. The vendor shall address, at a minimum, the following topics: 1) how the user enters (inputs) the watch circle of operation, within which the Minimum Power Mode will be in use; 2) how changes made to the watch circle by the user, or changes in the environmental factors affecting vessel motion, change the thruster response while in Minimum Power Mode; 3) explain at what point, and how, the DPS will automatically override the Minimum Power Mode; and 4) quantify the reduction in fuel and thruster usage in Minimum Power Mode as compared to the standard thruster response that uses "optimum" thrust allocation logic determined by the controller. END OF ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) 11. CAR 1352.213-70 EVALUATION UTILIZING SIMPLIFIED ACQUISITION PROCEDURES (APR 2010) The Government will issue an order resulting from this request for quotation to the responsible vendor whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: Technical Solution and Price. Vendors without a record of relevant past performance or for whom past performance information is not available will not be evaluated favorably or unfavorably. (End of Provision) END OF ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) 12. 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAY 2011) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Coe at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror prepresents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: _________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: _____________. Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [_] has, [_] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [_] has, [_] has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act - Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and ‘United States' are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: ___________________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product: Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [_] Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] (1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN.] (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certification requirement of paragraph (o)(1) of this provision does not apply if-- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of Provision) NOAA Ship RONALD H. BROWN Dynamic Positioning System Replacement Statement of Work BACKGROUND NOAA Ship Ronald H. Brown is currently outfitted with a Simrad Roberston dynamic positioning system (DPS), installed when the vessel was built in 1997. Vessel power is provided by two, LIPS azimuthing stern thrusters and one, Elliott White Gill bow thruster. These thrusters have been unchanged since vessel delivery and their existing propulsion characteristics shall be used as inputs for the new DPS. The existing system provides four (4) local control locations. The new system shall provide three (3) local control stations, all on the Bridge; locations shall be: the center console control station, the port bridge wing control station, and the starboard bridge wing control station. REQUIREMENTS 1. The DPS provided by the vendor shall be their most recent, fixed, model-based system currently in production that has been fully tested and installed on a minimum of 10 vessels having ship characteristics equivalent to, or greater than, those of NOAA Ship Ronald H. Brown, and having the same general propulsion configuration, that is, two azimuthing thrusters fixed to the underside of the vessel at the stern, and a minimum of one bow thruster. The system delivered to these vessels shall have received a DPS-1 (or better) ABS class notation. NOAA Ship RONALD H. BROWN Characteristics: Length Overall 274 feet - 0 inches. Beam (Moulded) 52 feet - 6 inches. Draft (Navigational) 19 feet - 0 inches. Displacement (FL) 3250 LT Displacement (LS) 2100 LT Gross Tonnage 3180 G.T. Propulsion Z- Drives: 2 Bow Thruster: 1 Speed Sustained: 12 knots 2. The DPS shall be designed to meet all requirements of American Bureau Shipping (ABS) Rules for Building and Classing Steel Vessels, 2010, Part 4, Chapter 3, Section 5, "Thrusters and Dynamic Positioning Systems" The vendor's price shall include all costs associated with submitting documentation required to American Bureau of Shipping in order that an (ABS) DPS-1 class notation is assigned to the DPS. 3. The DPS shall be delivered with a built-in, fully functional autopilot, approved by ABS as a heading control system. 4. Vendor shall provide a minimum of 40 hours hands- on and theoretical training for 6 members of the bridge team at the vendor's training facility. NOAA will provide necessary travel costs for all attendees. 5. System Warranty. The warranty period shall commence with a written document that establishes a specific System Commissioning date. The System Commissioning date shall be after a successful testing and acceptance sea trial and after the date of assignment of ABS DPS-1 class notation. The basic warranty period shall be for a minimum of one year from the System Commissioning date and include unlimited remote technical assistance for tuning the system and setting or modifying system parameters. During the basic warranty period, technical support shall include site visits by the vendor if required to correct problems, repair or replace defective items, and bring the system to a satisfactory operating status. The vendor's responsibility for travel costs shall be based on travel from vendor's facility to Charleston, SC. 6. Vendor shall include the cost of a testing and acceptance sea-trial, with both ABS and the vendor in attendance. Sea trial shall be to the satisfaction of the attending surveyor such that an ABS DPS-1 class notation for the DPS is issued. Government shall pay for the services of ABS surveyor for a one-time sea trial, however should a subsequent sea trial be required due to a vendor-responsible problem with the DPS, then the vendor shall be responsible for any additional ABS costs. The Government is not responsible for any vendor costs associated with additional sea trial(s) For estimating purposes, sea trial will be held in Charleston, SC. In addition to meeting requirements for DPS-1 class notation, the following work shall be accomplished during the sea trial: a. Test all inputs/ alarms of the system b. Tune system components and demonstrate all system features c. Test the remote diagnostic feature through an on-board demonstration in which both hardware and software faults are induced, remote satellite communication is established between the vendor and the dynamic positioning system, and the vendor correctly identifies the faults and recommends solutions available for on-board ship's personnel to accomplish. A minimum of two weeks prior to the sea trial, vendor shall deliver a sea trial "Tuning and Acceptance Test" document to NOAA for review and comment. After agreement of both parties on the format and procedures, a final document shall be delivered to NOAA and to ABS. The document shall describe in detail the tests and procedures to be followed. 7. Spare Parts. Provide a vendor-recommended quantity of basic spare parts for the DPS, to include all fuses, light bulbs, LED's. Spare parts shall also include one CPU for the control computer and one, three-axis joystick, identical to the installed joysticks. 8. System Restoration. Vendor shall provide the system application software on discs, or other media, along with other software as necessary, such that the application software can be loaded onto an on-board laptop computer and downloaded from the laptop to the Programmable Logic Computer (PLC) for system restoration purposes. Download shall be accomplished through Ethernet, or other standard communication protocol. System restoration capability shall be tested and verified by the vendor during the installation contract. MODES OF OPERATION At a minimum, the DPS shall provide the following modes of operation: 1. Manual Thruster Control Mode (ABS requirement). The system shall provide a mode selection option to utilize the existing LIPS manual controllers. These controllers provide both azimuth and RPM control for each thruster (2 stern thrusters, one bow thruster). 2. Manual Joystick Mode (ABS requirement). This mode shall permit the user to position the vessel using the joystick. The joystick provided shall have three directions of movement, one for longitudinal movement, one for lateral movement, and one for vessel rotation. When the joystick is in a position that combines all three directions of movement, the vessel movement corresponds to the combined result. The rotation point that the vessel rotates about shall be user selectable (bow, amidships, stern and transit). Individual thrusters shall be able to be engaged and disengaged in this mode. 3. Autohead Joystick Mode (ABS requirement). In this mode the position is controlled with the joystick in the same way as manual joystick, apart from the vessel's heading which is controlled automatically by the autopilot. The heading reference shall be adjusted using a course selector control. Individual thrusters shall be able to be engaged and disengaged in this mode. 4. Autopilot Mode. Autopilot holds the heading as sensed by the gyrocompass. The autopilot steering system shall have a sensitivity adjustment for heavy weather in the autopilot mode. The autopilot shall automatically control the ship's heading within two degrees for selected course speeds from near zero to maximum. The autopilot mode shall interface with the vessel's Transas ECDIS and Voyage Planning course data. RPM control of the stern thrusters shall be controlled by the LIPS manual controllers. 5. Auto track (Waypoint), Low and High Speed Modes. The DPS shall provide the capability of accepting a minimum of 50 waypoints. Variation of ship's heading from the track course shall be user-selectable up to a limit of plus-or-minimum 45 degrees. When following a multiple waypoint trackline that requires a change in course after a waypoint, the DPS shall change the ship's heading automatically to follow the new course of the next track segment. The DPS shall alert the operator that a turn is impending at a fixed time interval before the turn. The DPS shall alert the operator by alarm when the ship falls off track. Options shall include automatic or manual heading and automatic or manual holding of desired speed. 5. Auto Position (Station Keeping) Mode. Auto position allows the vessel to hold a defined position. The heading in this mode shall be either manually selected by the operator or selected utilizing an optimal heading function. The optimal heading places the vessel's head in the direction which requires the least power to maintain position and heading. Each of the three individual thrusters shall be able to be engaged and disengaged in this mode as this is a requirement during operations such as deploying and recovering buoys and ROV's. 6. Combination Automatic and Joystick Mode: Allow automatic control in one or two of the surge, sway, yaw axis, with joystick control of the remaining. 7. Minimum Power Mode. Vendors may use alternate terminology for this mode such as Relaxed DP, Relaxed Control, Minimum Overall Thrust, Auto Area Position, Green DP, etc. The DPS shall provide the operator with a choice of fully automatic operation at reduced power and/or response time to maintain position within a user- defined operating area for the purpose of greater fuel reduction along with a reduced and smoother thruster force compared to what would be the "optimum" thruster allocation logic determined by the DP system controller for normal high precision control. 8. Automatic ROV Mode (Target Follow): NOAA Ship RONALD H. BROWN engages in ROV operations. The DPS shall maintain a fixed station and accept inputs from the ROV control station to adjust the ship's position as needed to follow ROV operations. In this mode the system shall maintain the best heading for ROV operations. Options shall include automatic or manual heading and user determined speed. 9. DPS shall be provided with a Simulation Trainer Mode. STATIONKEEPING and TRACK LINE REQUIREMENTS 1. Stationkeeping. The DPS shall be capable of keeping station within a watch circle of ±10 meters in diameter, on best heading, in seas up to 2.5 meters significant wave height, wind speed up to 35 knots and current up to 1 knot, acting simultaneously. Wind and waves shall be considered to act in the same direction. The requirement shall be met with the angle between current direction and wind/ wave direction from zero to 180 degrees. 2. High Speed Track Line Operations. DPS shall be capable of automatically maintaining track within a track error of 10 meters either side of the track, while performing hydro-acoustic surveys at speeds up to 12 knots, in seas up to 2.5 meters significant wave height, 1 knot current and 35 knot winds, for all environmental angles between zero and 180 degrees, port or starboard. 3. Low Speed Track Line Operations. DPS shall be capable of automatically maintaining a track line within 10 meters with no restriction on crab angle at a speed of near zero knots, with a towing resistance of 18 kN, in seas up to 2.5 meters significant wave height, 1 knot current and 35 knot winds, for all environmental angles between 0 and 180 degrees, port and starboard. 4. Reference system quality checks. System shall be capable of evaluating multiple position inputs and reject incorrect position readings. OPERATOR STATIONS/ OPERATOR INTERFACE 1. Due to the confined area of the Bridge, both the main and bridge wing operator stations, along with all system hardware, shall fit within the height, width, length of the footprint of the existing dynamic control system. 2. DPS shall be designed such that either of the three operator stations can be selected as the active station at start up. Each station shall consist of a station computer, control panel, and touch screen display. The active station shall control the vessel while the remaining two stations are passive and will display all actions of the active station only. The ability to transfer control from the active station to a passive station shall be accomplished by the user at any time. 3. Essential DP functions shall be able to be performed from the operator devices without using the touch screen display. These functions shall include activate/ deactivate the system, transfer command, select manual/ auto position and heading, change position and heading, silence alarms and obtain alarm status data. Remaining operations and display of vital information shall be visible on the front page of the display. MAIN OPERATOR STATION Main Operator Station (desk top). Primary control shall be at the Main Operator Station in the Bridge. At a minimum, Operator Station shall consist of following components: 1. A 20 inch, sunlight viewable, flat-panel touchscreen, thin-film transistor- liquid-crystal display (TFT-LCD). Display shall also have a night-use mode. 2. A joystick which has three directions of movement, one for longitudinal movement, one for lateral movement, and one for vessel rotation. 3. Heading selector capability. 4. Rapid-access buttons for most common functions and Status Indicator Lamps. SECONDARY OPERATING STATIONS Secondary operating stations shall be installed at both the port and starboard bridge wings. At a minimum, each secondary station shall consist of a joystick with 3-axis control, heading wheel, status indicator lamps and rapid access buttons for most common functions. Joystick used at the secondary stations shall be identical to that used at the main control station. Provide a 15 inch, flat-panel color display, with identical design features as the 20 inch panel at the main operator station. CONTROLLER 1. The controller shall consist of a real- time processor. 2. Controller shall have single inputs as follows: Flash PROM, analog input, digital input, analog output, serial input, power supply. 3. Controller shall be fitted with field termination provisions. SOFTWARE At a minimum, software shall be provided with user-configurable windows for display of position plot, capability plot, polar plot, status and position of thrusters and navigational data including course steered, course set, course error, rate of change of heading, latitude, longitude, cross-track error, course over ground, speed over ground. DATA EXCHANGE Data exchange between system components shall be carried out on an Ethernet Local Area Network (LAN), TCP/IP SYSTEM INTERFACES The following existing interfaces are currently on board and shall be installed as inputs for the new DPS: 1. Gyrocompass: Two (2), Sperry Mk-37, output: serial NMEA data 2. Wind Sensor: Two (2), RM Young, output: serial NMEA data 3. Position Reference Sys: Three (3): Furuno GP-150; Furuno GP-37; PosMV output: serial NMEA data 4. Motion Reference Unit: Two (2): PosMv and MAHRS, output: serial NMEA data 5. The system shall be capable of receiving a signal from the Transas ECDIS so that a trackline on the Transas can be followed. 6. ROV Input: One (1); output: serial NMEA data. THRUSTER/ PROPELLER INTERFACES 1. Thruster Ready, Three (3), digital input. 2. Thruster Command (RPM), Three (3), analog output. 3. Thruster Feedback (RPM), Three (3), analog output. 4. Thruster Azimuth Command, Three (3), analog output. 5. Thruster Azimuth Feedback, Three (3), analog output. 6. Thruster Request, Three (3), digital outputs. MISCELLANEOUS SYSTEM HARDWARE Vendor shall supply all hardware and components necessary to interface with all existing system and thruster interfaces in order for the DPS system to be fully functional with the existing suite of thrusters and navigation instruments. Only the connecting cables between the bow and stern thrusters and the controller shall be excluded; all other cables shall be provided. The cables between the bow and stern thrusters shall be purchased and installed during the installation phase by an installation Contractor under guidance from the DPS vendor. REMOTE DIAGNOSTICS DPS shall be provided with capability to accomplish remote diagnostics and monitoring in realtime for DP via satellite data communications link. The ship maintains a satellite link to the Internet. SYSTEM INSTALLATION Government will generate a separate installation contract to be carried out in Charleston, SC, approximately 180 days after award of the contract for the new DPS. As part of the installation contract, the installation Contractor will be tasked to work with DPS vendor. DPS vendor shall include costs of both remote telephone and e-mail support, along with 3- days of on-site installation support to the DPS installation contractor. This support by the DPS vendor during installation shall be included as a deliverable under the contract to provide the new DPS. Also, the three days of on-site installation support shall be in addition to the time it takes to accomplish the sea trial. DOCUMENTATION In addition to documentation submitted to ABS, the following documentation shall be delivered with the system: All paper copies shall be printed, no photocopies. All digital copies shall be in Microsoft WORD or Adobe PDF format. 1. Four (4) sets of the Operator Manual in paper format, and one digital copy. 2. Four (4) sets of the Technical Manual in paper format, and one digital copy. 3. Four (4) sets of the Installation Manual in paper format, and one digital copy. 4. Four (4) sets of the final Sea Trial Tuning and Acceptance Test (three preliminary copies shall be delivered prior to sea trial). 5. Four (4) sets of a "Quick Reference Guide" for bridge watch, consisting of four card-stock laminated copies, and one digital copy. 6. Four (4) sets of a "Troubleshooting Guide", and one digital copy. 7. One (1) paper copy and one digital copy of the vessel's Mathematical Model. REFERENCES All drawings used to generate the original mathematical model are available in.pdf format, however configuration changes have been made to the ship's hull since delivery, so the original mathematical model cannot be re-used. In addition, the Trim and Stability (T&S) Booklet, and Stern and Bow Thruster data sheets are available. Any requested drawings will be made available upon request. SHIPCHECK Vendor shall be responsible for verification of all interfaces to the DPS and to validate layout of the Bridge. A shipcheck opportunity will be made available upon request by contacting Mr. Jamie LeCompte at 843-566-9191.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-11-RQ-0447/listing.html)
 
Place of Performance
Address: 1050 Register Street, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN02471281-W 20110615/110613234606-6594cdd869374fbe3022564a47d79808 (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.