Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668

Naval Oceanographic Office, Contracting Division CODE N41, Stennis Space Center, MS 39522-5001

66 -- MINIATURIZED TRAWL RESISTANT BOTTOM MOUNT (MTRBM) SOL N62306-00-Q-C042 DUE 090800 POC Suzanne Keel, (228) 689-8368 or Mona Fletcher (228) 689-8369 E-MAIL: CLICK HERE TO CONTACT CONTRACTING OFFICE, keels@navo.navy.mil. (i) This is a combined synopsis/solicitation for modified 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/technical approach quotations are being requested and a written Request For Quotation will not be issued. This procurement shall be awarded under Simplified Acquisition Procedures (SAP), Federal Acquisition Regulations Part 13; a subsequent indefinite delivery indefinite quantity (IDIQ) type purchase order for a base period of twelve (12) months with three (3) additional twelve (12) month option periods is contemplated. (ii) The Request For Quotation number applicable is N62306-00-Q-C042 and the 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) Item/Estimated Item Quantity: Miniaturized Lightweight Trawl Resistant Bottom Mount System (MTRBM). The estimated quantity to be purchased during the four (4) year period is (a) Twelve (12) MTRBM Complete Systems with Acoustic Releases, (four each completed systems estimated in the base period) (b) 4-8 Spare Acoustic Releases, (one in the base period) (c) 6-8 Acoustic Command Deck Units, (d) 6-8 Transducers, and (e) Major spare components of the MTRBM (possibly a spare frame, anodes, float, and line) and (f) one-time two day training on the MTRBMs (vi) Description and salient characteristic requirements for the MTRBM system to be acquired: 1.0 GENERAL/BACKGROUND/CONCEPT: NAVOCEANO has been using Trawl Resistant Bottom Mounts (TRBM) as a mooring for Acoustic Doppler Current Profilers (ADCP) fro about eight (8) years. The initial TRBM's were large, heavy, cumbersome units developed around the original deep water ADCPs. This specification details the minimum requirements for a MINIATURIZED TRBM system that will use the Workhorse Monitory ADCP by RD Instruments of San Diego, CA or an equivalent ADCP system. The MTRBM concept is of a survivable mooring to support hydrographic surveys. The MTRBM will be a lightweight system that will incorporate an ADCP/tidal height sensor and an acoustic releasing mechanism into a bottom mount. The MTRBM will be of a smooth shape to allow trawl gear to pass over and smaller in size than previous commercial TRBMs to further reduce the surface area that can be contacted by trawl gear. The required MTRBM 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 MTRBM 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 andother 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. Minimum Quantity of four (4) complete MTRBMs and associated electronics in accordance with the following specifications. 2.0 ENVIRONMENTAL/TRANSPORTATION REQUIREMENTS. The following are the typical conditions found in survey cycles: a. Ambient Temperatures: minus 5 to 40 degrees Celsius; b. Water Temperatures: Minus 2 to 35 Celsius; c. Maximum Sea Surface Conditions: Sea state 3 (Beaufort) d. Relative Humidity: 0 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.) or similar, b. Battery Case and Cable for Workhorse ADCP, or similar. 4.0 PHYSICAL REQUIREMENTS. The following requirements are the minimum standards for the MTRBM: 4.1 Operational Depth: 50 meters; 4.2 Size. Maximum major diameter: 5.5 ft; Minimum major diameter: 3.5 ft; Maximum assembled height: 1.15 ft..; 4.3 Weight (fully instrumented): Maximum in air: 250 lbs.; Minimum in water: 80 lbs. 4.3 Construction. The MTRBM 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; The base of the MTRBM must use a grid pattern of material one (1) inch in height and spaced no further apart than four (4) inches to prevent the MTRBM from sinking into sediment due to scouring action. 5.0 OPERATIONAL REQUIREMENTS: 5.1 The MTRBM 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 MTRBM must be recoverable; 5.3 The ADCP must be mounted on a gimbal mechanism to allow for plus/minus eight (8) (+/-8) degree conical beam path due to unknown bottom conditions; 5.4 The MTRBM 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; Soft lowering will be the standard and primary method of deployment. 5.5 Handling bails or eyelets should be recessed or conformal to the shape of the MTRBM 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 MTRBM system shall include an acoustic release actuated recovery system with transponding capability. The MTRBM shall be provided with one spare release for each 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 MTRBM system will have transponder capability for distance ranging and location marking and tilt indication; 6.3 The MTRBM shall be provided with one acoustic command deck unit and transducer that are compatible with the acoustic releases installed in the MTRBM. 7.0 DOCUMENTATION/SPARES/TRAINING: 7.1 The MTRBM system quoted is to include full documentation on assembly, disassembly, and storage; 7.2 The MTRBM shall be provided with 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 and spares associated with the item quoted; 7.3 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 associated costs for lodging and transportation etc. to Stennis Space Center, MS; 8.0 The contract is to include a purchase option that allows the Government o purchase more of the MTRBM systems, acoustic release systems, acoustic command deck units, transducers, and major spare components of the MTRBM for a period not to exceed three years and detailed above in the estimated total quantities for the life of the contract, four years. 9.0 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 MTRBM system, The quotation should include a price for each item above and a price breakdown for each MTRBM system, (vii) Required delivery 90-120 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) technical capability/approach to provide a modified commercial item meeting the NAVOCEANO specification, (b) Past Performance and (3) Price. Technical and past performance combined is of more importance when compared to price. (A) TECHNICAL PROPOSAL/APPROACH: The technical proposal/approach shall include a written discussion of the specific technical aspects and facts relative to the technical proposal/approach to be taken in modifying an existing commercial item in accomplishing the specifications for a MINIATURIZED LIGHTWEIGHT TRAWL RESISTANT BOTTOM MOUNT SYSTEM (MTRBM) that will use the Workhorse Monitor Acoustic Doppler Current Profiler (ADCP) by RD Instruments of San Diego, CA or an equivalent ADCP system in accordance with the specifications contained herein. Any questions concerning the technical proposal/approach or the specifications shall be submitted in writing for referral to the Government Technical Point of Contact within seven (7) days of publication of this announcement. The technical approach shall be limited to twenty (20) pages (12 pitch or larger type), double-spaced, single sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. The Government may not consider pages in excess of this limitation. The Government does not intend to pay for any response preparation cost. Evaluation of the responses (both technical and price) will be made to determine the overall merit of the technical approach in response to this announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based upon the following criteria which are of equal importance: a) concept, new and creative solution and technical capability to modify an existing commercial item to meet Government specifications for this type of trawl bottom mount system; b) the offeror's understanding of the specifications and concept of the system required; c) soundness of offeror's technical concept/approach to accomplish the modifications; d) background and/or demonstrated experience and capability to meet the requirement including the 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 MTRBM 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. Price/Cost is a substantial factor but is ranked as the third in order of priority. However the Government will not award at other than a fair and reasonable price. No further evaluation criteria will be used in this source selection. **** 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. 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. All exceptions to the specifications must be annotated on the quotation identifying the exception.**** The technical proposal/approach, past performance and cost information will be evaluated at the same time. The Government, NAVOCEANO, reserves the right to select for award of a contract any, all, part, or none of the quotations received. The offeror's technical proposal/approach (or any part thereof) may be incorporated by reference and used as the statement of work or to supplement the Government specifications. 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. 52.217-7 Option for Increased Quantity Separately Priced Line Item (Mar 89), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), (a) within 30 days; within 60 days; (b) shall not exceed 48 months; 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) Commerce Business Daily numbered Note 1 applies. (xvi) The government will accept proposals no later than NOON on 12 SEP 2000. The government will not accept quotations after this date. The government reserves the right to award to other than the lowest quote/offeror. The evaluation will be based on a best value to the government as determined to be in the best interest of the Government. Offers shall be evaluated for fair and reasonable prices, technical approach/capability, adherence to applicable clauses, provisions, required delivery and satisfactory past performance record. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) Complete mailing/remittance address; 2) prompt payment discount; 3)anticipated delivery; 4)Taxpayer ID number; 5) All completed certifications as required herein. 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 will be 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 or as described above. Electronic submissions are preferred. Posted 08/17/00 (W-SN487393). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0274 20000821\66-0012.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 17, 2000 by Loren Data Corp. -- info@ld.com