Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1998 PSA#2012

Naval Research Laboratory (NRL-SSC), Attn: Code 3250, Building 1100, Room 109, Stennis Space Center, MS 39529-5004

66 -- ENVIRONMENTAL ACOUSTIC MEASUREMENT EQUIPMENT SOL N00173-98-R-SE02 DUE 020498 POC Contract Specialist, Eric J. Sogard; Contarctcting Officer, John W Adams, II, 228-688-5784. WEB: NA/, NA/. E-MAIL: click here to contact the contracting officer, John W. Adams, III via e-mail, SSCCONTRACTS@nrlssc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for proposal (RFP), and the solicitation number is N00173-98-R-SE02. The Naval Research Laboratory has a requirement for a suite of environmental equipment necessary to support the interpretation of acoustic measurements and provide high resolution input to environmental acoustic models. The system is comprised of the following commercial equipment type items which include autonomously recording Thermistors, Electromagnetic Current Meters/Directional Wave Instrument, Transponding Acoustic Releases, Acoustic Doppler Current Profilers, Chirp Sonar System, mooring equipment and Thermal Display Unit. Offers will be accepted on any and/or all itemsmaking up this system. Specifically the Contractor shall provide the following brand name OR EQUAL equipment and salient characteristics which are capable of meeting the Governments requirements: 1) Thermistor and thermistor/depth sensors with software and communication/data cables. Mini Seamons thermistors, 51 each, as manufactured by Hugren, Inc. The 51 count total shall include 39 Seamon Mini underwater temperature recorders, model UTR-20, 200m depth version, 6 Seamon Mini underwater temperature model UTR-100, 1000m depth version and 6 Seamon mini temperature and depth recorder model TD/128, 200m version. This requirement is for autonomously recording devises which are pre-programmable for sampling frequency and the time frame over which the data set is to be acquired. These devices shall be preferably no larger than six (6) inches in length, each device shall be individually programmable and be capable of being placed at any position along a mooring. This requirement shall also include software and data/communications cables. Seven (7) software packages shall be supplied; six (6) total for the UTR-20 and UTR-100 units, and one (1) for the TD-128 unit. The software supplied shall enable programming, downloading and display of time series measurements and shall be compatible with Microsoft Windows 95. Seven (7) communication/data cables for connection from the host computer to the Thermisotr devices shall be supplied; six for the UTR-20 and UTR-100 and one (1) each for the TD-128. 2) Electromagnetic current meter/directional wave instrument with interface unit, software and memory upgrade. 1 each InterOcean, Inc. Model S4ADW directional wave instrument with tilt compensation. 1 each InterOcean Model S110A interface unit. 1 each Wave for Windows 3D graphing and Analysis software. 1 each InterOcean Systems, Inc. Model S4 electromagnetic current meter with 124kbyte memory upgrade. These devices shall be user programmable for data acquisition sampling rate and turn off/on and have no moving parts. The model S4ADW or equivalent shall be capable of producing measurements of both time series or vertical currents along with all characteristics of directional wave spectra and non directional waves. The instrument shall be tilt compensated for up to a 45 degree angle. 3) Transponding Acoustic Release. 4 each, InterOcean Systems, Inc. Model 1090E Transponding Acoustic Releases. The releases shall be compact to allow for human unassisted deployment and retrieval from small vessels. This devise shall be capable of locating, positioning and recovering equipment at water depths of up to 1500m and at a slant range of up to 10,000m. The transponder interrogator shall have a multi-frequency capability and contain a highly secure sequential tone coding algorithm for the purpose of minimizing ambient background noise and multi-path distortion. 4) Acoustic Doppler Current Profiler (ACDP) with stainless steel frame and software. 1 each, RD Instruments Workhorse Sentinel model WHS300 ADCP and Model WHLCAGES stainless steel in-line frame. The ACDP shall be a self contained autonomously recording system capable of making measurements at up to 300 kHz of a 130m parcel of water. This device shall offer the user a variety of profiling ranges and sampling strategies using broadband signal processing technology. Software shall be supplied which enables the programming, testing and data recovery as well as the conversion of data into ASCII format. A stainless steel, or similar, in-line frame shall be supplied which enables the ACDP to profile unobstructed by the mooring hardware. 5) Chirp Sonar System. 1 each, EdgeTech, Model EdgeTech X-Star full spectrum digital sub-bottom profiler and EdgeTech Model SB-216S towfish containing both the transducer and hydrophone array. This system shall be capable of operating in the frequency band of 2 to 16 kHz and the processor shall employ matched filter correlation and waveform weighting techniques. The system shall be fully functional, operational and compatible with data storage on a Iomega JAZ drive and software shall be configured to accommodate a Raytheon thermal display unit. The towfish shall be operable both on the sea surface and at depths of at least 20m and be deployed from a light winch having no slip rings. The system shall include at least 75m of fully functional and operational tow cable. 6) Three (3) each, Buoy Technology Model SB-30, 30" diameter steel buoy's having a buoyancy of at least 365 lbs each. The buoy's are necessary for mooring of equipment described in this system. 7) Three (3) each, Yale Cordage, continuous 200m spools of " Aracom Kevlar mini-line. Line shall have minimum breaking strength of 6000lbs. 8) One (1) each, Ocean Data Equipment Corporation, Model TDU-850-4 Thermal Display Unit and twelve (12) rolls of chart paper P/N G329290-2. This unit shall have a true grey shade printing capability with a minimum resolution of 203dpi and 256 gray levels. The required delivery for item 1) mini seamons is 30 days after contract award and partial delivery may be acceptable. The desired delivery for the remaining items in this system is 60 days after contract award, with a required delivery of 120 days. The articles to be furnished hereunder shall be delivered, all transportation charges paid by the Contractor. The Government shall accept at FOB destination, NRL Stennis Space Center, MS 39529. The incorporated Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Supplement (DFARS) provisions and clauses of this acquisition are those in effect through Federal Acquisition Circular 97-3 and for Defense Acquisition Circular 91-12. The Far and DFARS provisions and clauses are hereby incorporated by reference. For full text of FAR and DFARS provisions and clauses see http://farsite.hill.af.mil/. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items and DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet the Governments minimum needs based on examination of product literature, (2) Past Performance [see FAR 52.212-1(b)(10)]and (3) Price. Technical capability and past performance, when combined are of greater importance compared to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5 Contract Terms and conditions Required to Implement Statues or Executive Orders -- Commercial Items. The additional clauses cited under FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I, FAR 52.203-10, FAR 52.219-8, FAR 52.219-14, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37 and FAR 52.225-3. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: DFARS 252.225-7001, 252.225-7012, 252.227-7015,252.227-7037 and 252.233-7000. Any Contract awarded as a result of this solicitation will be rated DO order certified for national defense use under the Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. Offers must be delivered to Procuring Contracting Officer Code 3250:EJS, Naval Research Laboratory, Department of the Navy, Stennis Space Center, MS 39529-5004 and received no later than 4:00 p.m. C.S.T. February 04, 1998. The package should be marked: RFP N00173-98-R-SE02, Closing Date:2/04/98. For information regarding this solicitation contact Eric Sogard, Contract Specialist, at (228)688-5784. All responsible sources responding to this solicitation will be considered. (0013)

Loren Data Corp. http://www.ld.com (SYN# 0327 19980115\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page