Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
MODIFICATION

A -- 1200 kHz Acoustic Doppler Current Profiler

Notice Date
6/29/2011
 
Notice Type
Modification/Amendment
 
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
EA133C-11-RQ-0873
 
Archive Date
7/20/2011
 
Point of Contact
Linda L Mullen, Phone: 757-441-3436
 
E-Mail Address
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133C-11-RQ-0873. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This procurement is not a total small business set-aside. The FSC for this is AP51 and the North American Industry Classification System (NAICS) Code is 334511, small business size standard is 750 employees or below. The U.S. Dept of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Operational Oceanographic Products and Services (CO-OPS) has a requirement for the following items: Item 0001: Quantity of two (2) each 1200 kHz Acoustic Doppler Current Profiler per the following statement of work. OPTION ITEM Item 0002: Purchase of an additional (2 each) Acoustic Doppler Current Profiler at the same or better price than Line Item 1. SALIENT CHARACTERISTICS Real Time/Internally Recording Acoustic Doppler Current Profiler General Characteristics: • The meter electronics will be housed in a molded plastic or other suitable non-metallic pressure housing rated at 200 meters or greater. The pressure housing material must be compatible with copper based anti-fouling paints. The housing shall contain both the electronics and battery pack to support self-contained operations. • The ADCP will be capable of operating with a standard 7-conductor well logging cable for both power and signal. • Integrated flux-gate compass, 2-axis tilt sensor, a temperature and a pressure sensor. • The minimum depth cell size will be 1 meter or less with at least 64 cells available. • The external dimensions of the housing will not exceed 40 cm in height and 25 cm in diameter. This will allow a low profile bottom platform that will be less apt to be snagged by trawlers. • The unit must be able to mount in an OpenSeas SUBS A2 subsurface flotation unit. The OpenSeas SUBS A2 is the CO-OPS standard for taut-line moorings • The weight in air will not exceed 15 kg, in water not to exceed 5kg. • Must be manufactured by a certified ISO9001:2008 manufacturer. • Each system will be provided with a technical operations manual. • A one year warranty for parts and labor will be provided. Performance Specifications: • The ADCP will be capable of providing 1 meter vertical depth cell resolution over 90% of the water column and have a minimum profiling range of 70 meters with a 1 meter bin size. This specification will consider depth loss due to acoustic side lobe interference. The blanking range shall not exceed 1.0m. • Must have operational measurement redundancy to allow for valid measurements in case of partial failure, blocking, or other interference. In the case of an acoustic Doppler current measurement instrument, this requires a minimum of four acoustic transducers. • The estimated uncertainty of a 6-minute ensemble of the horizontal components of current velocity for each depth cell will be 3 cm/s for a 4m cell. • The maximum velocity range is at least 5 m/s. • The ADCP will operate on DC power at 30 volts or less with an average power of three watts or less. The battery shall power the system for a minimum of 45 days at a 6 minute cycle • The tilt sensors will have a range of 15° with a precision of +/- 1° or better and a resolution of 0.1 ° or better • The compass will have an accuracy of +/- 2° with a precision of +/- 0.5° or better and a resolution of 0.1  or better at a tilt of +/- 15° • The temperature sensor will have a range of -5°C to 45°C, an uncertainty of 0.5°C and a resolution of 0.1°C or better. • The pressure sensor will have a range of 50m with a resolution of 0.1 dbar and an uncertainty of 0.5 dbar. • The instrument will have an operating temperature range of at least -5 to 50°C. • The instrument will have bottom tracking capabilities. Data Specifications: • The output data stream will provide user selectable ensemble averaged binary data that can also be stored within the meter and binary or ASCII data simultaneously transmitted to the output port. • The internal data storage will be a first in first out (FIFO) configuration always holding the last data obtained in memory. Memory will be retained in the event of power failure. The recorder will have at least 128 Mbytes of storage. • Communications with the meter will be user selectable serial RS232, RS422. The baud rate will be selectable from 1200 to 115,200. • The ADCP will be capable of operating in a polled mode. At the end of each averaging interval the ADCP will automatically record the data on the internal recorder. The ADCP will also place the new averaged profile into an output buffer in user selectable ASCII or binary format. The last averaged profile will remain in the output buffer until the averaging time for a new profile is completed. At this time, the contents of the buffer will automatically be replaced with the new profile. Anytime during data collection, the ADCP can be commanded to transmit the contents of the buffer. This will be done by sending a single character command to the ADCP through the serial port. Additional single character commands will be provided to output a date/time string, incrementally adjust the clock by + - one second, and output the ensemble number. These commands can be done as often as wanted without affecting data collection. • The output data stream will provide the following information with each ensemble: Date, time & serial number User selectable Earth or Beam coordinate velocity data Heading, pitch, roll and temperature data Echo intensity and an indication of signal quality • Each system will be provided with software to set up and test the meter, display real-time data, and decode the data from the meter in engineering units in a user selectable format. • Must have the capability of screening data using correlation. The required delivery is 45 days after receipt of order. Delivery shall be FOB Destination to 672 Independence Parkway, Chesapeake, VA 23320. The following provisions and clauses apply to this solicitation and any resulting purchase order: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 20078) FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (APR 2011) - NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at http://orca.bpn.gov and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), with addenda: FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) {Fill-in: Part B, Check Items 4,21, 24, 25, 26, 27, 28, 29, 30, 36, 38, 40, and 45} No Defense Priorities and Allocations System (DPAS) rating is assigned. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and PROVIDE WITH THE QUOTE, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M EST, Wednesday, June 29, 2011. Offers maybe faxed to 757-664-3649 or electronically to Linda.Mullen@noaa.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Linda Mullen at Linda.Mullen@noaa.gov or faxed to 757-664-3649. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-11-RQ-0873/listing.html)
 
Place of Performance
Address: 672 Independence Parkway, Chesapeake, Virginia, 23320, United States
Zip Code: 23320
 
Record
SN02485625-W 20110701/110629234959-d419e090bbfa005d0f43816e19eaee5c (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.