SOLICITATION NOTICE
20 -- TACOM (RI) issuing solicitation for up to 35 Remote Operating Vehicles (ROV) for base year and inlcudes additional potential quantities under two each, 1-year options.
- Notice Date
- 7/31/2008
- Notice Type
- Presolicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H0908R0430
- Response Due
- 8/21/2008
- Archive Date
- 10/20/2008
- Point of Contact
- Gregory Tetter, (309) 782-5724
- Small Business Set-Aside
- Total Small Business
- Description
- TACOM (RI) is interested in contracting on a 3 year, firm-fixed-price basis, 100 percent Small Business Set-Aside, for underwater Remote Operating Vehicles that will support diving and reconnaissance operations. The ROV shall provide and meet the highest quality standards of the COTs items of this type. All of the following features shall be collected and assembled as a containerized set. In additoin a detailed inventory shall be present to include item descriptions, part numbers, quantities and pictures of each. Mandatory minumum standards are: Design: The vehicle shall not be damaged by incidental collisions with submerged objects when operating at full speed. The vehicle shall be constructed so components can be changed without the removal of panels, thruster motors or frame members / Depth: the vehicle shall have the ability to go to a depth of 300 feet. The ROV shall weigh no more than fifty pouds, optimally wighing less than ten pounds / Motors: Thruster motors capable of at least 3 knots speed in still water, optimally 6 knots, shall power the ROV and be capable of forward/reverse, up/down, and left/right thrust. This shall be accomplished either by independent thrusters or through diagonally mounted thrusters and still allow for auto hover capability / Cameras: The ROV shall be equipped with a fixed focus low light color camera that is at least 480 line,.1 lux and a black/white 570 line,.0003 lux very low visibility camera. Both cameras shall have the ability to zoom in/out at a magnification of at least 3X and be mounted in a way to allow for tilting 360 degrees / PowerSupply: The ROV shall be capable of being powered by a portable generator that has a peak 2000 watts maximum and an operating rate of 1600 watts. The ROV shall be configured to be powered using standard 115/220 VAC, 50 or 60 HZ, power input shall be equipped with GFI isolation protection and can have 150 VDC power output to the ROV, 10 amps / Control Console: The ROV controls shall be housed in a single, lightweight, securable, rugged, durable, waterproof and airtight case that shall be made of a non-reflective dark colored material, reinforced at the corners and edges. The case shall contain all the connectors for cable, hand controller, keyboard, Sonar and Video out / Monitor: The monitor shall be a color 15 800 LCD monitor that is capable of being mounted in the lid of the case and stored in the case during shipping/storage. The ROV shall provide and meet the highest quality standards of the COTS items of this type. Additional Desired Attributes are: Weight: The ROV shall weigh no more than 50 pounds, with a weight objective under 10 pounds, and be neutrally buoyant in water / Lifting: The ROV shall have a lifting ring or other attachment to aid in the raising and lowering of the unit. The ROV shall have the capability of carrying a 5-pound or better in water payload, optimally being capable of carrying a 20-pound in water payload lift and still maintain maneuverability / Lighting: The ROV shall have 2 ea. UWL-100 Lights, (75 Watts ea.) or other appropriately sized lighting that is suitable for the vehicle. Light intensity shall be user adjustable and lights should be able to pan and tilt with the cameras. The lights shall be protected by being placed within the camera case / ROV Manipulating Arm: The ROV shall be equipped with a manipulating arm that has the ability to grasp and rotate 180 degrees in either direction. Any cables and wires used to manipulate the jaws shall not be able to be fouled or obstructed with debris. Manipulating arm shall be capable of opening and closing continuously. Operator shall be capable of controlling the jaw pressure as the jaws open and close to avoid objects from falling out. The arm shall be equipped with jaws that can cut inch rope either by the use of separate jaws or as an additional feature on the grasping arms. The manipulating arm shall be long enough to reach beyond the body of the ROV / Umbilical Cord: The umbilical cord shall be a single 500 ft. in length. It shall consist of one cable assembly that has connectors on both ends that are wet mate-able, with additional connections for new or additional equipment. Umbilical cable shall be made of a Kevlar strength member, minimum breaking strength of 1,000 lbs and a protective covering that is made of highly non-abrasive material. It shall have the ability to run sonar and be as neutrally buoyant as possible in water. It shall be fitted with a tether that is hooked to the ROV and the umbilical to allow the ROV to be positively connected to the cable and to be retrieved by using the cable. Umbilical cable shall be stored in a single separate case / Remote Controller: The hand controller shall have a 3 axis, single joystick to control the vertical thruster, controls for the camera tilt/pan, light dimmer, auto hover on/off, 12 key keypad and at least 4 extra keys. The Hand controller shall be weatherproof / Additional Software: In addition to the control console, software shall be provided that will be able to run the ROV. The software should be able to be installed on an Army lap-top computer running a windows operating system. The Graphical User Interface (GUI) shall have such features as an on screen display overlay that shows the date/time, depth, compass directional heading, diagnostics, and real time video. Built into the unit pricing shall be ROV Training - On site training shall be provided to army dive teams at a minimum of three locations within 30 days of delivery. The locations for training will be Hawaii, HI, Ft. Eustis, VA and Panama City, FL. Proposals will be evaluated utilizing a Best Value approach involving Technical, Performance Risk and Price. Technical will highlight a two step technical approach with a Go/NO-Go gauge on meeting all minimum requirements and step-2 evaluation for product innovation involving our listed additional desired attributes. Technical will be more important that Performance Risk and Price. Solicitation will be released on or about 11 August 2008 with award projected by 29 August 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=404d11bf80810a3d9ab872b4da2379ae&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Zip Code: 61299-7630
- Record
- SN01628381-W 20080802/080731224512-404d11bf80810a3d9ab872b4da2379ae (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 |