Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOURCES SOUGHT

20 -- SIDE SCAN SONAR WINCH

Notice Date
7/22/2016
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NCNJ5000-16-01373
 
Archive Date
8/13/2016
 
Point of Contact
Lynne B. Phipps, Phone: 757-605-7404, Heather Hirshman, Phone: 757-441-6879
 
E-Mail Address
Lynne.Phipps@noaa.gov, heather.hirshman@noaa.gov
(Lynne.Phipps@noaa.gov, heather.hirshman@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Coast Survey (OCS), and Eastern Acquisition Division is conducting market research to determine potential sources capable of providing six (6) oceanographic winch units that will be used for deploying, towing and retrieving side scan sonar systems used for collecting imagery data in support of OCS's charting mission. The ability to safely and effectively tow side scan sonar is an essential part of Navigation Response Team's mission to collect data for charting and emergency response. The intent of this announcement and the information provided in response to this notice will assist the Government in identifying ALL potential sources to include small businesses and socio-economic sources that are capable and qualified to furnish the required equipment identified in the Requirements section of this announcement. The North American Industrial Classification System (NAICS) code is 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The small business size standard for this NAICS code is 1,250 employees. Please include your company's size classification in any response to this notice. Potential contractors must have the knowledge, skills and abilities to supply the following requirements. Specifications 1.Physical •Physical dimensions: Must as small as possible, while still meeting all of the requirements listed in this document. oThe smallest physical footprint is preferred. The vessels that will be receiving these units are 30' LAO with an 8.5' beam; deck space is limited. •Weight: Winch (without cable) shall not exceed 65kg oLighter weight units are preferred as long as they meet all other requirements. oMaximum shipping weight, including all packaging, must be less than 65kg per unit. Each unit may be shipped in separate pieces to stay under the 65 kg limit for shipping weight, so long as the pieces are easily assembled at the destination. •Drum size (width and diameter): Must be sufficient to hold 50 meters of 0.375 diameter Kevlar cable. oDrum diameter shall not be less than 14" due to bend radius limitations of the cable. oMinimum drum width and diameter necessary to meet cable length and bend radius requirements is preferred. •Line pull: Must be capable of towing a 20 kg side scan sonar through sea water at a tow speed of at least 6 kts. The capability to tow a 40kg side scan sonar though seawater at a tow speed of up to 8kts is preferred. •Line Speed: Must be capable of winch-in and winch-out line speeds of at least 0.2m/s under the required line pull conditions described above. oVariable line speed is required. oFaster line speeds up to 1 m/s are preferred. o No additional preference given for line speeds higher than 1 m/s oGreater preference is given to smaller and lighter systems over systems with higher lines speeds, if all other factors are even. •Materials: Winch shall be constructed from a material that is suitable for the marine environment. oShall be new construction only, reused or refurbished items or materials are unacceptable. oMaterials used for the drum and housing should be adequate for at least a 10 year service life. oUse of non-metallic materials for the drum and housing is acceptable as long as they meet all other requirements and do not become weak or brittle from prolonged UV exposure. oMetallic materials used for the drum and housing must be either stainless steel or aluminum. Mild steel is not acceptable. oBearings of non-metallic materials are acceptable as long as they are rated for the anticipated loads. oRugged plastics on control and junction boxes are acceptable oUse of dissimilar metals should be limited when practical oAny dissimilar metals must be electrically isolated from one another to prevent the formation of a galvanic couple. oAll non-sealed components must be capable of operating while receiving direct and heavy salt water spray. oControl and junction boxes must be adequately sealed to prevent salt water intrusion. 2.Electrical •Power: Unit must be designed and configured for 110VAC, 60Hz power. oWinch shall not draw more than 15 amps under any operating condition. oProvide 15m power cable oElectrical components shall be properly grounded and protected from the marine environment in order to eliminate risk of electrical shock. oHydraulic systems or components are not acceptable •Winch controls: Unit shall be configured for both local and remote control. oLocal controls shall allow 1-handed operation. oRemote control pendant shall have variable speed winch-in & winch-out and emergency shutoff controls. Additional controls on the remote pendant are not required, but are acceptable. oProvide 10m cable for the remote control pendant oRemote control pendant is not required to be wired into the control box when delivered. oA wiring diagram showing how to properly wire the remote control pendant is required. The wiring diagram may either be a separate document or included in the Operator's Manual provided with each unit. 3.Mechanical •Duty Cycle: Motor shall be rated for near-continuous operation for 8 hrs/day, 5 days/week. oOfferor shall indicate in their proposal if mean time between failure data has been published for the motor specified in their proposal. If so, the offeror shall provide that information. This information may be factored in when determining "best value to the government", if such a determination becomes necessary. •Must be compatible with IEC Corporation BX style slip rings currently in use on NRT vessels oCompatibility may be either natively or via an adapter that is provided with the unit. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to satisfy the requirements or submit a response which identifies areas in the requirements that their company does not meet. Any interested parties are requested to provide the following information: 1. Name of Company and DUNS number. 2. Point of Contact and Phone Number 3. Size of Business according to the North American Industry Classification System (NAICS) Code 333923. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of how you might fill this requirement. Responses shall be no longer than ten (10) pages in length. Submit your response by 1:00 PM EST on July 29, 2016, to the Contract Specialist, Lynne Phipps via email at lynne.phipps@noaa.gov. Any questions regarding this RFI may be referred to Ms. Phipps via email. Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, NOAA is not seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions. At this time no solicitation exists, therefore do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNJ5000-16-01373/listing.html)
 
Record
SN04192641-W 20160724/160722234116-7a5078a2ea357165c1b64012b2d132d7 (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.