Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

59 -- PURCHASE OF PORTABLE SIDE SCAN SONAR SYSTEM

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-06-R-AAT136-A
 
Response Due
4/27/2006
 
Archive Date
5/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation RFP HSCG84-06-R-AAT136 THIS IS PART A OF A TWO PART COMBINED SYNOPSIS/SOLICITATION. PART B IS AVAILABLE UNDER RFP HSCG84-06-R-AAT136-B. DOCUMENT IS DIVIDED INTO TWO PARTS DUE TO LENGTH. HSCG848-06-R-AAT136-A (1) INTRODUCTION: This is of a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request For Proposal (RFP) number HSCG84-06-R-AAT136 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The U.S. Coast Guard Maintenance and Logistics Command Atlantic intends to award a Firm Fixed Price (FFP), Indefinite Delivery Requirements Contract for the purchase of Portable Side Scan Sonar Systems. The U.S. Coast Guard anticipates purchasing multiple units over a 10 year period, the number of units will change to meet requirements at that time. The U.S. Coast Guard has an operational requirement to recover sunken or damaged Aids to Navigation, and utilizes WLM 175? and WLB 225? Buoy Tenders to recover sunken buoys. The most time effective search method for locating sunken buoys is to use a sonar system to scan large areas of terrain. The original hull mounted system installed when the Buoy Tenders were constructed has been discontinued, making servicing and parts increasingly difficult. A hull mounted system requires costly drydock periods to service the transducers, therefore the Coast Guard desires a portable, towable array side scan sonar system that will lower maintenance costs. Unlike the previous systems installed, the new system should be user friendly to operate and provide clear, high resolution, easily interpretable images of the areas scanned. It is therefore desired for the operation of the system to be done through a GUI (Graphical User Interface), such as through the Microsoft Windows Operating System. Since the sonar system may not be used on regular intervals, the system should require little or no regular maintenance when not in use. The system should be capable of easy and quick troubleshooting by minimally trained operators. In order to keep the capability of viewing and controlling sonar returns from the bridge, the system will have connection points on the bridge and buoy deck with interconnecting shipboard cable to connect the portable system together. Additionally, the Coast Guard desires a system that will be supported by the equipment manufacturer in it?s present configuration for a period of time not less than 10 years. Due to weight and space limitations, the system should be easily stored aboard the Coast Guard?s buoy tenders, and be easily lifted by one crewmember. All products offered including items in the Parts Kits or individual components must be new. Used or Refurbished Items/Parts are not acceptable. (2) SCHEDULE OF SERVICES: The following is the estimated number of Systems, Spares and Training Support anticipated over the 10 year period of this Requirements Contract. Please note this is an estimated number that does not bind the Coast Guard to commitment for Delivery Orders and quantities placed against the awarded contract. BASE PERIOD, 7/01/ 2006 ? 6/30/2008 CLIN DESCRIPTION EST QTY UNIT PRICE 0001 Side Scan Sonar System IAW Para 3 .a-u 8 Ea 0002 Parts Kit to Support CLIN 0001 IAW Para 3.w 11 Kts 0003 Training Sessions (on-site/on-board) IAW Para 3.y. 8 Pkg 0004 Technical Support (on-call/on-site) IAW Para 3.x. 80 Hrs 0005 Technical Operator and Maintenance Manuals IAW Para 3.z. To be determined (TBD) Ea OPTION PERIOD 1, 7/01/2008 ? 6/30/2010 1001 Side Scan Sonar System IAW Para 3 a-u 8 Ea 1002 Parts Kit to Support CLIN 1001 IAW Para 3.w 8 Kts 1003 Training Sessions (on-site/on-board) IAW Para 3.y. 8 Pkg 1004 Technical Support (on-call/on-site) IAW Para 3.x. 80 Hrs 1005 Technical Operator and Maintenance Manuals IAW Para 3.z. TBD Ea OPTION PERIOD 2, 7/01/2010- 6/30/2012 2001 Side Scan Sonar System IAW Para B.3a-u 8 Ea 2002 Parts Kit to Support CLIN 2001 IAW Para 3.w. 8 Kts 2003 Training Sessions (on-site/on-board) IAW Para 3.y. 8 Pkg 2004 Technical Support (on-call/on-site) IAW Para 3.x. 80 Hrs 2005 Technical Operator and Maintenance Manuals IAW Para 3.x. TBD Ea OPTION PERIOD 3, 7/01/2012 ? 6/30/2014 3001 Side Scan Sonar System IAW Para 3 a-u 4 Ea 3002 Parts Kit to Support CLIN 3001 IAW Para 3.w. 4 Kts 3003 Training Sessions (on-site/on-board) IAW Para 3.y. 8 Pkg 3004 Technical Support (on-call/on-site) IAW Para 3.x. 80 Hrs 3005 Technical Operator and Maintenance Manuals IAW Para 3.z. TBD Ea OPTION PERIOD 4, 7/01/2014 ? 6/30/2016 4001 Side Scan Sonar System IAW Para 3 a-u 4 Ea 4002 Parts Kit to Support CLIN 4001 IAW Para 3.w. 4 Kts 4003 Training Sessions (on-site/on-board) IAW Para 3.y. 0 Pkg 4003 Technical Support (on-call/on-site) IAW Para 3.x. 80 Hrs 4004 Technical Operator and Maintenance Manuals IAW Para 3.z. TBD Ea (3) PRODUCT AND SERVICE DESCRIPTION a) High Frequency (minimum 400 kHz), Towable Array Side Scan Sonar system, including technical operator and maintenance manuals for installation aboard WLM and WLB fleets. b) System must be able to provide high resolution images at a range of at least 50m from each side of the towfish. c) Sonar images must be of a high enough resolution and free of noise so that a minimally trained operator can successfully interpret the images. d) Must be able to accept NMEA-0183 GPS information, including from ownship?s installed GPS system, to track location of objects identified during side scan operation. e) Must have a plotting function to be able to track sonar swath paths and provide accurate GPS location of objects located during side scan sonar operation. f) Must not interfere with or be susceptible to interference from depth sounder, Doppler Speed Log, or other shipboard hull mounted transducers. g) Must not have noticeable interference caused by shipboard installation (power, cable induced noise, EMI, etc). h) Fully control and operate the system from the bridge using a GUI (Graphical User Interface), such as through the Microsoft Windows Operating System. i) The system must have a standard RGB, VGA video output that can interface with COTS computer monitors. j) The system must provide a data output method to output sonar images to a standard image file, for incorporation into Microsoft Word document reports. Data output shall be directly from the side scan sonar processor to an external data storage device, such as a CD-R disk or a USB flash memory drive, without requiring any network connectivity. k) Towfish weight not to exceed 50 lbs., for easy handling and deployment by one person. l) Towfish body should have a safety release mechanism so that the towfish does not get lost if snagged on the sea bottom. m) A towfish cable management system that will not require permanent mounting. n) Towfish cable must be able to connect to junction boxes on the buoy deck and bridge using commercially available, MIL-C-5015 type connectors. System must be compatible with use of shipboard, low smoke, low halogen interconnecting cable and junction boxes. The interconnecting cable between the junction boxes (connecting processor to towfish cable) will be approximately 100-150 feet in length, and GFE. 1) The Contractor must certify whether or not the system being offered is compatible with towfish cabling installed aboard WLM 175? cutters (see Para. 4, attachment 1). If system being offered is not compatible with this cable, contractor must provide detailed technical specifications of required cable run (number of conductors, impedance, loss, etc). In addition, the Contractor must identify to the Government a cable that would be compatible with their system, in accordance with this paragraph. o) Ability to fully operate in all environmental conditions within the United States. p) Fully portable system, size and weight appropriate to be used from a small Rigid Hull Inflatable (RHI) boat. q) System, including display and controls, must be water resistant for underway use in an RHI boat. Display should be visible in full daylight. r) Must operate off of 12VDC power from an RHI without use of external inverters. s) Must operate off of a 12VDC Shipboard Power supply (Newmar Model No. 115-12-8 or equivalent), or 115VAC Shipboard power when used on a 175? WLM or 225? WLB cutter. t) Complete system must be stowable when not in use, in containers that can be lifted by no more than two persons, not to exceed 75 lbs. per container. u) System must be able to meet operational requirements under the following scenarios and environmental conditions. Different portable components of the system, such as the towfish bodies, can be interchanged, but the system must work with all of the fixed components of the system mounted on the ship. It is preferred to commonize components as much as possible between scenarios. Use of the system should not be limited to just WLM 175? cutters. 1) Operate system from the WLM 175? to locate a sunken buoy in coastal waters off of Maine in 0-300 ft of water, in 3 ft seas. 2) Operate system from the WLM 175? to locate a sunken object in the Chesapeake Bay in 0-100 ft of water, 1ft seas. 3) Operate system from the RHI boat in 10 ft of water, calm seas. v) System offered must be easy to troubleshoot. The Contractor shall provide a spare parts kit with the system to allow cutter personnel to quickly make minor repairs and adjustments. Spare parts and spare equipment (of each system component) should support a lifecycle of 10 years. w) Provide a Commercial Price List of individual spare part components along with estimated delivery time frames for information purposes only. x) Technical Support shall be made available for the duration of the contract. Contractor shall respond to phone calls and emails within 24 hours. Onsite (at CG facility) technical support shall be made available. The Contractor shall provide a breakdown what cost would be entailed for emergency support, and complex issues. Travel will not be estimated under this solicitation since locations where technical support may be needed cannot be identified at this time. At the time on-site technical support is required, the successful contractor shall be required to submit a cost proposal for travel that is based on Joint Federal Travel Regulations for per diem and lodging. Estimated costs for travel will be included in any Task Order issued for on-site technical support and will be reimbursed in accordance with Federal Joint Travel Regulations. y) The Contractor shall provide onsite (at CG facility) training, including underway training. The proposal shall include a detailed description of the training package being offered along with a breakdown of training costs. Travel will not be estimated under this solicitation since locations where training will be needed cannot be identified at this time. At the time on-site training is required, the successful contractor shall be required to submit a cost proposal for travel that is based on Joint Federal Travel Regulations for per diem and lodging. Estimated costs for travel will be included in any Task Order issued for on-site training and will be reimbursed in accordance with Federal Joint Travel Regulations. z) Provide additional technical operator and maintenance manuals as determined necessary by the Coast Guard. (4) Demonstration of Side Scan Sonar System: Contractors who submit technically acceptable written proposals (including past performance) will be required to demonstrate the proposed side scan sonar system. Demonstration will be as follows: Location: Demonstration will be in the Norfolk, VA area and will be conducted onboard a CG vessel. Date of the demonstration will be determined by the Coast Guard based on vessel availability. Contractor?s travel to and from the Norfolk, VA area to conduct the demonstration will not be reimbursed by the Coast Guard. CG vessel for demonstration purposes is intended to be a WLM 175? Keeper Class Buoy Tender, however this may change depending on cutter availability. If WLM 175? is unavailable, a different class of cutter or small boat may be chosen at CG discretion. CG vessel will travel a pre-determined route based on varying water depths, objects of interest to scan, sea state, etc. Duration: Actual demonstration should be performed in under 2 hours, not including ship transit time from pier to first location of interest. Purpose: Demonstrate proposed system meets all above requirements. Demonstration is intended to show control of side scan sonar system from bridge, and deployment of towfish from the sides of the vessel. Logistics: Contractor will be limited to 2 personnel. Contractor will be notified of intent to demonstrate system within 2 weeks of demonstration date. Interface: For the WLM 175?cutter, shipboard 115VAC power and a remote display monitor with VGA input on the bridge will be provided by the government. Contractor must provide a 115VAC to 12VDC power supply to connect to shipboard power in accordance with item (s). Contractor must provide a GPS system, in accordance with item (d), to be used in the RHI configuration (minimum 25ft cable length required from the bridge to available mounting positions). Contractor towfish cable and processor should utilize cable run and connectors installed on the WLM 175? cutter (see attachment 1). If contractor proposed system is not compatible with cables already installed on WLM 175?, contractor shall provide cable to be temporarily installed for demonstration, in accordance with item (n). Cable should be connectorized and delivered to the government no later than 2 days prior to scheduled demonstration date. Technical specifications of contractor provided cable shall be provided to the government no later than 9 days prior to scheduled demonstration. Contractor must provide 5 ft. interconnecting cables to remote display (VGA) Junction Box, as well as all other system components being proposed. See attachment (1) available by contacting Jim Lassiter or Karen McElheney (contact information below) for cable connector and cable configuration. 5) Delivery or Performance-Period Requirements The performance period will be a base ordering period of 2 years and four (4) 2-year options for a total of 10-years. This will be a Firm Fixed Price Indefinite Delivery Requirements Contract. Awarded contract line items will be procured through issuance of individual delivery orders with expected delivery between 60 to 90 days. The North American Industry Classification System (NAICS) code is 334511 and the small business size standard is 750 employees. This is a 100% Total Small Business Set-Aside. Desired delivery is 60 days after receipt of delivery order. Required delivery is 90 days after receipt of delivery order. Anticipated award date is June 30, 2006. This date is approximate and not exact. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid Cage Code and DUNS number or the ability to obtain one, and also be registered in CCR (Central Contractor Registration) www.ccr.gov The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause maybe accessed electronically at this address: http:/arnet.gov/far/ www.arnet.gov 52.212-1 Instructions to Offerors?Commercial Items. (Jan 2006) Addenda as follows: (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the company letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show? (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The offeror shall submit a technical proposal, past performance information, and a cost proposal including estimated delivery date of Items/Services that are being offered; (5) Terms of any express warranty; (6) Price and any discount terms; to include Unit cost, Extended cost and Commercial Price List as stated in Par 3, w; (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information: Offerors shall furnish the information listed below for at least 3 contracts, ongoing or completed within the last 3 years for like or similar contracts, held with the U.S. Coast Guard, other Government Agencies or private industry within the past 3 years. The Government will obtain past performance information from the sources provided to evaluate proposals in accordance with FAR Clause 52.212-2 entitled ?Evaluation ? Commercial Items.? Similar contracts under this solicitation is defined as those for supplying similar equipment and components to the government or the private sector. The Government may use past performance information obtained from other than the sources identified by the offeror. The information obtained will be used for the responsibility determination. Name of Organization Telephone Number Fax Number E-mail Address First Point of Contact Second Point of Contact Contract Number Contract Type/Amount Contract Period Type/Specification Of Sonar Unit(s) sold in contract (11) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. CONTINUED ON RFP HSCG84-06-R-AAT134-B
 
Record
SN01025462-W 20060413/060411220359 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.