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
|
|
|