Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
MODIFICATION

59 -- Ocean Wave Glider for Tsunami Research

Notice Date
8/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133R-10-RQ-0758
 
Point of Contact
Michael M Drummond, Phone: 206-526-6031
 
E-Mail Address
Michael.Drummond@noaa.gov
(Michael.Drummond@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOAA has a requirement for a surface presence for the temporary or permanent replacement of a failed tsunami buoy. The equipment shall be an autonomous wave glider that harvests wave power for locomotion and has means to provide continuous electrical power (~1 watt) in latitudes 40N to 40S. The autonomous vehicle shall have a continuous surface presence to enable the electronics link up with satellite communications at any time. The command and control of the vehicle shall be in near-real-time (<5 minutes) and globally operational. The vehicle shall be capable of housing a USG provided tsunami mission payload that is approximately 25cm x 25cm x 15cm and have the capability to attach and communicate with subsurface acoustic modems. This subsurface connection shall be between 5m-10m of depth and shall have an electro-mechanical connection to provide data and power. The basic vehicle shall have a proven performance of missions >10 months and shall have demonstrated station holding within a 200m watch circle for >5 days. The vehicle shall also have demonstrated long distance travel (>1000km) at average mission speed >1 kt, using GPS navigation. Testing of the vehicle shall require the contractor to pilot the vehicle to the designated testing grounds, currently planned to be ~20-60 nautical miles (nm) offshore Hawaii. A collaborative engineering effort between NOAA and the contractor to design and install the USG payload into the vehicle and to allow NOAA to understand and work with the mechanical and electrical sub-systems shall be required. Fully integrated shore-side testing shall be required prior to the planned 120 days at-sea test, for which the glider shall remain on station and communicate with a USG provided seafloor instrument. It is anticipated that additional training and support shall be required from the contractor including: system assembly and deployment, mission planning support, expert debug and troubleshooting to the component level, installation and integration of USG payload including mounting, power and customization work. Remote piloting and mission services shall also be provided by the contractor. All of the aforementioned training and support, as well as all transportation and shipping costs associated with delivery for FOB destination delivery to Seattle, WA, shall be included in the Firm-Fixed-Price of the contract. Additional specifications are as follows: (1) Legally operate in US waters; (2) Two-person portable; (3) Deployable from small boat; (4) Air-freight compatible; (5) Modular mechanical, electrical interfaces for NOAA payload integration; (6) Maintenance free for extended periods (>10 months); and (7) Web-page software to display glider location and waypoints. The contractor shall deliver the wave glider to NOAA in Seattle, WA by January 3, 2011. The deliverables shall consist of the physical wave glider package, control systems/electronics, collaborative USG package engineering and integration services, and training and support. This procurement is a 100% Small Business Set-Aside. The NAICS code for this procurement is 334516 and the size standard is 500 employees. All responsible and fully responsive sources may submit an offer which will be considered by the Agency. Any resulting contract will be awarded as a firm-fixed-price contract. Solicitation documents will be made available for download on or about August 19, 2010 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. The estimated response due date is August 31, 2010; however, the actual date offers are due will be stated within the solicitation documents. Any questions regarding this solicitation must be submitted in writing via e-mail to the Contract Specialist, Michael Drummond at Michael.Drummond@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133R-10-RQ-0758/listing.html)
 
Place of Performance
Address: Hawaii (offshore), United States
 
Record
SN02241631-W 20100818/100816234629-0a1e9faddd3a060c8b11feba6983df53 (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.