Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,2000 PSA#2602

Naval 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