Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
DOCUMENT

A -- Petroleum Oil Lubricants (POL) Fuel Tank Inspection and Cleaning Remote Operated Vehicle (ROV) - Attachment

Notice Date
11/27/2017
 
Notice Type
Attachment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
Solicitation Number
N3943018R2017
 
Response Due
1/12/2018
 
Archive Date
1/27/2018
 
Point of Contact
Maria Z. Smith (805) 982-6072
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) under FAR 6.102(d)(2) and 35.106.A formal Request for Proposals (RFP), other solicitation, or additional information regarding this announcement will not be issued. Abstracts may be submitted at any time prior to the response date. FAR Part 35 restricts the use of Broad Agency Announcements (BAAs), such as this, to the acquisition of basic and applied research and that portion of advance technology development not related to the development of a specific system or hardware procurement. Contracts made under BAAs are for scientific study and experimentation directed towards advancing the state of the art and increasing knowledge or understanding. This announcement seeks out to improve the overall integrity of the Department of the Navy ™s fuel tanks, reduce maintenance and all associated costs, and decreases the out of service periods for the Department of the Navy ™s fuel infrastructure. This effort will design and develop a Remote Operated Vehicle (ROV) that can provide both inspection and cleaning capabilities for a wide-range of fuel based storage tanks. The capability to provide intrinsically safe, real-time remote monitoring would significantly reduce labor and out-of-service costs and vulnerability, and increase available bulk fuel storage capacity. In pursuit of these goals, the Department of the Navy seeks innovations with potential for use at multiple locations that improve tank in sections, as described in the topic below. The integrity of the Navy ™s fuel storage infrastructure is of paramount importance to ensure mission readiness and avoid environmental consequences. Sustainment, Restoration and Maintenance (SRM) costs are heavy. The Navy currently possesses a wide-range of small fuel based storage tanks, 101 of which are identified as Steel Tank Institute (STI) fabricated tanks subject to the API internal/out-of-service inspection cycle. There are many costs and risks associated with taking a tank out of service for inspection, including fuel removal and storage, manual cleaning, and downtime. The hazards associated with the cleaning, entry, inspection, testing, maintenance or other aspects are significant. Safety considerations and controls have to be established prior to undertaking these activities associated with tanks. Due to the complexities of construction contracting, the contracting effort for an internal Clean and Inspect (CI) project starts at least a year in advance. When ready, fuel is transferred from one tank to another for storage. The tank is then opened and ventilated until such time that it is safe for the entry of a cleaning team. Out of service time can have a significant effect on mission readiness and strategic application due to the negative effect on petroleum reserves and availability. An average CI project renders a tank out of service for two years. These costs and risks can be significantly mitigated by using and developing robotic inspection technologies to automate the process and deliver real time data on tank condition without taking a tank out of service. DoD financial imperatives dictate identifying and employing as many efficiencies as possible. The technologies or methodology shall address the following topic area. NEED TOPIC NO 1: STI Internal Inspections (WET-SIDE) RDTE of technologies to design and produce a small ROV that would be used to inspect and clean the inside of small fuel storage tanks (i.e. STI tanks). Examples of ROV capabilities could include: Operational control box system that includes: oProcessing software and operating system for the ROV oUser or operator interface to control the ROV NDT Ultra-Sonic Array to take metal thickness readings on the bottom of the tank Color camera to navigate and provide visual inspection capabilities API and ATEX certified safe power umbilical (tether) that connects the ROV from the wet-side to the control box system on the outside/dry-side of the tank Plug-and-play cleaning system to negate the need for human entry Sonar system to enhance navigation and provide additional acoustic inspection capabilities NEED TOPIC NO 1 Data Collection and Reporting The data obtained should be used to support the Whole Building Design Guide (WBDG)( http://www.wbdg.org) POL specifications and criteria including, but not be limited to: Unified Facilities Criteria: UFC 3-460-03 Operation and Maintenance: Maintenance of Petroleum Fuel Systems Unified Facilities Guide Specifications: UFGS 33 08 55Commissioning of Fuel Facility Systems UFGS 33 56 10Factory-Fabricated Fuel Storage Tanks UFGS 33 56 13Steel Tanks With Fixed Roofs UFGS 33 58 00Leak Detection for Fueling System UFGS 33 59 00Tightness Testing of Existing Underground Fuel Systems UFGS 33 65 00Cleaning Petroleum Storage Tanks UFGS 09 97 13.17Three Coat Epoxy Interior Coating of Welded Steel Petroleum Fuel Tanks UFGS 09 97 23.13Interior Lining For Concrete Storage Tanks ABSTRACT SUBMITTALS TO THIS BAA CAN BE MADE USING THE ABSTRACT FORM. Submissions should be made via the NAVFAC EXWC BAA e-mail: maria.z.smith@navy.mil. Submission process: This announcement is for abstracts/white papers only. Abstracts shall identify the specific topic area that the submission addresses. Each abstract must be specific to the topic area. Multiple submissions are acceptable. Abstracts will be evaluated on the stated criteria. The abstract may be supplemented by resumes and lists of relevant publications. The abstracts will be evaluated by a Government Technical Evaluation Board (TEB) to select technologies and methodologies that have potential benefits to the Navy. The abstracts will not be evaluated against each other since each possesses a unique technology with no common work statement. When an abstract aligns with a customer need and funding, the NAVFAC contracting office may request a full proposal. Additional guidance will be provided at that time, regarding cost and pricing submittals in addition to a more comprehensive technical submission. Technical Evaluation: Unsuccessful abstracts will not receive a detailed description of the reasons for abstract rejection. Unsuccessful full proposals will receive a debriefing in accordance with FAR part 15. Awards will be in the form of contracts. Average contract duration is one (1) to three (3) years. The government may choose to fund a base period with options. The abstracts will be evaluated based on the following CRITERIA, of approximately equal weight. 1). TECHNICAL APPROACH: Describe the scientific/technical merits and objectives of the abstract, in terms of Naval relevance. All proposals must demonstrate an approach that will achieve a DOD technology readiness level (TRL) of 6/7 as the end state, and successfully manage risk while achieving technological advance. Provide an explicit, detailed description of the approach. If options are required describe appropriate research activities and milestones for subsequent options. The abstract should indicate what tasks are planned, how and where the work will be conducted, a schedule of major events, and the final product(s) to be delivered. Offeror ™s effort should demonstrate the approach to prove the technical feasibility of the concept, including the risk reduction strategies. The planned methods to achieve each objective or task should be discussed in detail. This section should be a substantial portion of the abstract. 2). PRINCIPAL INVESTIGATOR ™S and KEY MEMBER ™S RELATED EXPERIENCE: The qualifications, capabilities, and experience of the principal investigator, team leader, and/or key personnel who are critical in achieving the objectives of the abstract. 3). SAFETY: NAVFAC requires the offeror to provide their EMR and DART ratings. Safety is an integral and important part of NAVFAC contracting. If the offeror does not have an EMR/DART rating, they should state this and provide the rationale. 4). PAST PERFORMANCE: The offerors corporate capabilities, related experience, techniques, or unique combination of these that are integral factors in achieving the offerors proposed objectives. Experience will be assessed based on both relevance and confidence. 5). COST/PRICE: The cost relative to the proposed scientific/technical approach. Describe here a high level estimate of the cost/price, relative to the proposed technical approach. If work in the technical approach is presented in tasks/milestones/technical phases, cost estimates for each are desired. This can be a single dollar figure for each task/phase at the abstract phase. At a minimum the offeror shall provide a high level estimated cost, and the narrative basis for this estimate. 6). NAVY BENEFIT AND IMPACT: Expected benefits in terms of reduced total facility ownership cost, projections of the number of Navy sites or facilities where the proposed technology could be deployed, and life cycle cost advantages over current approaches used by Naval facilities. CRITICAL NOTE: An Offeror is required to be registered with the system for award management (SAM) before any contract award can be made. Registration may take up to three weeks. SAM may be accessed at https://www.sam.gov. NOTES: 1)An eligible abstract does not guarantee a contract. Multiple contracts may result. 2)The preceding data should be sufficient for completing the abstract form. 3)There are no solicitation documents applicable to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in the BAA program must follow the instructions to submit an abstract using the abstract form provided. Contractor formats are acceptable, but must contain the same information as the abstract form. 4)There is no commitment by the Navy either to make any contract awards or to be responsible for any money expended by the contractor before a contract award. 5)As no funding for contracts has been reserved in advance, NAVFAC EXWC may be sharing qualified abstract with other Federal Government activities to seek sites and funding. Technical and cost proposals submitted under BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The cognizant Program Office and other Government scientific experts will perform the evaluation of technical abstracts. 6)Eligibility notification will be sent to all interested parties, after the Navy ™s TEB has reviewed all abstracts submitted by the specified response date. 7)Awarded contracts containing scopes of work that requires construction may require payment or performance bonds in accordance with FAR 52.228-15. If a full proposal is requested, the instructions will clarify the separation of construction cost from other research costs. 8)For questions regarding this BAA, contact NAVFAC EXWC Capital Improvements, 1000 23rd Ave., Port Hueneme, CA 93043 or via this e-mail at maria.z.smith@navy.mil. 9)If contractor does not receive a notification of abstract receipt within five business days, the contractor should contact or e-mail NAVFAC EXWC by using the mailing or e-mail address provided above. The abstract is not received by the Contracting Office. 10)The Navy manages base access through the Defense Biometric Information System (DBIDS). All personnel required to access a military installation to perform proposed work are required to register and utilize DBIDS, which includes a basic background check.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee9cafe1794af20193c873431e8ca4c1)
 
Document(s)
Attachment
 
File Name: N3943018R2017_BAA_Abstract_Submission_Form.docx (https://www.neco.navy.mil/synopsis_file/N3943018R2017_BAA_Abstract_Submission_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N3943018R2017_BAA_Abstract_Submission_Form.docx

 
File Name: N3943018R2017_Synopsis_Clean_Copy.pdf (https://www.neco.navy.mil/synopsis_file/N3943018R2017_Synopsis_Clean_Copy.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3943018R2017_Synopsis_Clean_Copy.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04748737-W 20171129/171127230622-ee9cafe1794af20193c873431e8ca4c1 (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  © 1994-2020, Loren Data Corp.