|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,2000 PSA#2602Naval Oceanographic Office, Contracting Division CODE N41, Stennis
Space Center, MS 39522-5001 66 -- LIGHTWEIGHT TRAWL RESISTANT BOTTOM MOUNT SYSTEM SOL
N62306-00-Q-C036 DUE 061800 POC Suzanne Keel, (228) 689-8368 or Mona
Fletcher, (228) 689-8369 E-MAIL: CLICK HERE TO CONTACT CONTRACTING
OFFICE VIA E-MAIL, keels@navo.navy.mil. (i) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotation/proposals are being requested and a
written Request For Quotation will not be issued. This procurement
shall be awarded under Simplified Acquisition Procedures (SAP). (ii)
The Request For Quotation number applicable is N62306-00-Q-C036 and
solicitation is issued as a Request for Quotation (RFQ) (iii) The RFQ
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-16 and Defense Acquisition Circular 91-13 (iv)
This RFQ is 100% Set Aside for Small Business, standard industrial
classification code 3812 and small business size standard 500. (v)
Description: Lightweight Trawl Resistant Bottom Mount System (LTRBM),
Quantity ten (10) each.(vi) Description and salient characteristics
requirements for the LTRBM system to be acquired: 1.0 GENERAL. The
following specification details the minimum requirements for a
Lightweight Trawl Resistant Bottom Mount (TRBM) SYSTEM which will use
the 1200, 600 or 300 kHz Workhorse Sentinel ADCP manufactured by RD
Instruments of San Diego, CA. The required LTRBM system will
incorporate the NAVOCEANO existing ADCPs and eventually a NAVOCEANO
underwater data telemetry package into a small, lightweight system that
will include the mooring and a compatible acoustic releasing system.
The LTRBM system concept is of a survivable mooring for heavily fished
seas. Light fishing trawls and chains should pass over the mooring
without damage to either system. Transducers and other instrumentation
will be housed in a structural frame which shall minimize damage to
instrumentation due to a direct hit from small anchors, small trawl
doors, or other underwater towed objects.1.1 DELIVERABLES. Quantity of
ten complete LTRBMs in accordance with the following specifications.
2.0 ENVIRONMENTAL/TRANSPORTATION REQUIREMENTS. The following are the
typical conditions found in survey cycles: a. Ambient Temperatures: -5
to 40 C; b. Water Temperatures: -2 to 40 C; c. Maximum Sea Surface
Conditions: Sea state 3 (Beaufort) d. Relative Humidity: 80 to 100 %;
e. Transport: Military/commercial air/ground; f. Special transport
conditions/HAZMAT permits: NONE ALLOWED 3.0 GOVERNMENT FURNISHED
EQUIPMENT: a. 1200 or 600 or 300 kHz Workhorse Sentinel ADCP (RD
Instruments, Inc.) 4.0 PHYSICAL REQUIREMENTS. The following
requirements are the minimum standards for the LTRBM: 4.1 Operational
Depth: 650 ft; 4.2 Size. Maximum major diameter: 7.5 ft; Minimum major
diameter: 5.5 ft; Maximum assembled height: 22 in.; 4.3 Weight (fully
instrumented): Maximum in air: 800 lbs.; Minimum in water: 250 lbs.
4.3 Construction. The LTRBM will be constructed of non-magnetic
materials. Corrosion protection will be provided by liberal use of
non-hazardous coatings, dissimilar materials isolation, and sacrificial
material techniques; 5.0 OPERATIONAL REQUIREMENTS: 5.1 The LTRBM will
require no more than two average strength persons to
assemble/disassemble without any one person having to dead lift more
than 75 pounds; 5.2 All components of the LTRBM must be recoverable;
5.3 The ADCP must be mounted on a gimbal mechanism to allow for a 15
conical beam path due to unknown bottom conditions; 5.4 The LTRBM must
be designed for free fall deployment. However, soft lowering to the
bottom is possible based on expected bottom conditions at any
particular operational location; 5.5 Handling bails or eyelets should
be recessed or conformal to lessen the potential for snagging from nets
or chains. Bails or eyelets shall allow for underwater attachment of a
9/16 inch wide throat snap hook by Remotely Operated Vehicle; 6.0
ACOUSTIC RELEASE SYSTEM. The LTRBM system shall include an acoustic
release actuated recovery system; 6.1 The acoustic release will be
compatible with EG&G Model 8011A Acoustic Command Releasing System and
EG&G Model 8015 Transducers; 6.2 The LTRBM system will have
transponder capability for distance ranging and location marking and
tilt determination within 20 degrees; 6.3 If the design of the
releasing system includes the use of stored mechanical energy (i.e.
springs or the equivalent), the system should use the criterion of
lifting 120% of air weight for potential energy calculations; 7.0
DOCUMENTATION/SPARES/TRAINING: 7.1 The LTRBM system quoted is to
include full documentation on assembly, disassembly, and storage; 7.2
A spare parts kit including consumables (i.e. anodes, touch-up paint)
for three deployment cycles and any special tools will be included. A
price list should be provided for all major components associated with
the item quoted; 7.3 A spare acoustic release/transponder shall be
included for the system quoted; 7.4 Four spare TRBM frames shall be
provided without electronics for the system quoted; 7.5 The contractor
will be required to provide a two-day on-site training module on the
system quotes as an option to the contract including all
associatedcosts for lodging and transportation etc. to FOB Destination
Stennis Space Center, MS; 8.0 MISCELLANEOUS: The contractor shall
provide a Material Safety Data Sheet (MSDS) for all components deemed
as hazardous (i.e. special coatings, batteries, etc). The quotation
should include a price for each item above and a price breakdown for
each LTRBM system, Documentation price Quantity one lot, if applicable,
Spare Parts Kits including pricing for consumables as described above
quantity one each, spare acoustic release/transponder quantity one
each; four (4) each TRBM frames w/o electronics; and training quantity
one lot. (vii)Required delivery 60 to 90 days, FOB Destination, Naval
Oceanographic Office, Stennis Space Center, MS 39522-5001(viii) ) The
contractor agrees to comply with the following FAR clauses and law or
executive orders applicable to acquisition of commercial items, which
are incorporated into said quotation by reference, in FAR 52.252-2,
Clause Incorporated by Reference. In accordance with FAR 52.252-1 and
FAR 52.252-2, the following provisions and clauses are incorporated by
reference: The provision at 52.212-1, Instructions to Offerors --
Commercial items, (ix) The provision at 52.212-2, Evaluation --
Commercial Items. The specific evaluation criteria under paragraph (a)
of FAR 52.212-2 are: (1) price, (2) technical capability of the item
offered to meet NAVOCEANO needs, and (3) past performance. Technical
and past performance combined are of equal importance compared to
price. Technical Capability to meet specifications (vendors shall
provide indication of understanding and ability to meet the
specifications, including catalog cut, product brochures, documentation
inclusive of all information on LTRBM system quoted; (B) Past
Performance (vendors shall provide indication of having sold comparable
item successfully during the past 5 years, including names of 3 company
references, with contact person, phone number, facsimile number and
e-mail address for each); and (C) Price. **** Vendors shall address all
requirements in this combined synopsis/solicitation, and shall provide
clear evidence of understanding and the ability and willingness to
comply with the Government's specifications of need. Quoters are to
included Failure to address a specification/requirement will be
construed by the Government as inability to meet the need, or the
vendor's taking exception to it.**** Selection will be made in
accordance with Federal Acquisition Regulation (FAR) Part 13,
Simplified Acquisition Procedures, Subpart 13.106-2, Evaluation of
Quotations or Offers. (x) Quoters are to include a completed copy of
the provision at 52.212-3, Offeror Representations and Certifications
-- Commercial Items, with their quotation (xi) Clause at 52.212-4,
Contract Terms and Conditions -- Commercial Items, applies to this
acquisition and a statement regarding any addenda to the clause. (xii)
Clause at 52.212-5, Contract Terms and Conditions Required To
Implement Statutes Or Executive Orders -- Commercial Items, applies to
this acquisition including the following FAR clauses cited under
52.212-5: The following checked clauses in (b) apply: (1) 52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
I. 52.219-8, Utilization of Small Business Concerns. 52.219-14
Limitations on Subcontracting. 52.222-21 Prohibition of Segregated
Facilities. 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era. 52.232-18,
Availability of Funds. 52.232.33 Payment by Electronic Funds -- Central
Contractor Registration. DFARS 252.204-7004, Required Central Contract
Registration, contractors may register via the Internet at
http://ccr2000.com. DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items applies to this acquisition
including the following DFAR clauses cited under 252.212-7001:
252.225-7001 Buy American Act and Balance of Payment Program;
252.247-7024 Notification of Transportation of Supplies by Sea. are
applicable to the acquisition.(xiii) Quoters are to furnish a copy of
the Commercial Warranty terms and conditions applicable to the item
quoted consistent with customary commercial practices.(xiv) The Defense
Priorities and Allocations System (DPAS) DO-A70 is applicable. (xv) A
statement regarding any applicable Commerce Business Daily numbered
notes. Note 1 applies. (xvi) Quotations are due 16 Jun 2000 at 1400.
Questions regarding this acquisition must be submitted, IN WRITING, no
later than one week before the proposal due date. SUBMIT A COMPLETE
PACKAGE electronically to the e-mail address shown herein or BY MAIL or
FAX TO: to the Naval Oceanographic Office, Code N412, Contracting
Division, Attn Suzanne Keel(xvii) POC phone (228) 689=8368, fax (228)
689-8392 or e-mail keels@navo.navy.mil. Potential quoters willbe
responsible for downloading their own copy of this combined
synopsis/solicitation and amendments (if any) from the CBD, as well as,
the blank SF1449, and Representations and Certifications from the EPS.
Quoters are encouraged to submit their quotes utilizing the SF1449,
Solicitation/Contract/Order For Commercial Items. Electronic
submissions are preferred. Note 1 applies. Posted 05/15/00
(W-SN454873). (0136) Loren Data Corp. http://www.ld.com (SYN# 0253 20000517\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|