Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

20 -- Remotely Operated Submersible Vehicle

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-04-RP-0064
 
Response Due
6/17/2004
 
Archive Date
10/17/2004
 
Point of Contact
Paul Reed, Contract Specialist, Phone (206) 526-6034, Fax (206) 526-6025,
 
E-Mail Address
paul.j.reed@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation AB133A-04-RP-0064 is being issued as a Request for Proposals. This solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 2001-23. This procurement action is 100% set-aside for small business. The associated North American Industrial Classification System code is 488390. A firm is a small business for the purpose of this requirement if its size standard is $6 million or less. Businesses with sales averaging more than $6 million over the last three years will not be considered for this requirement. PRICE SCHEDULE ? SEE ATTACHED 1.0 INTRODUCTION: The new NOAA Ship HI'IALAKAI requires a remotely operated submersible vehicle (ROV) for the ship-based field research. The HI'IALAKAI will support government organizations conducting research throughout the Hawaiian Archipelago and U.S.-affiliated Pacific Islands. 2. GENERAL REQUIREMENTS AND SCOPE OF WORK: The diversity of ecosystem monitoring and assessment projects to be supported by the HI'IALAKAI requires the ROV to be capable of (1) Reliable operation in a remote offshore environment, at time in open ocean currents, to a depth of 2,000 feet (600m); (2) Steady maneuvering near potentially rugged coral on the seafloor, at times making contact with the bottom. This requires high power to weight ratio and a low center of gravity; (3) Using a video camera system with operator display; (4) Staging from ship's deck. This requires portability and straightforward control features; (5) Field maintainable, without special tools or training; (6) Option for later field upgrade, to add a manipulator arm. Piloting of the ROV must be sufficiently intuitive for relatively inexperienced technicians, and as such NOAA requires that the ROV be a commercial-off-the-shelf product with a proven design and a number of completed previous deliveries. Minor modifications to a standard package to meet requirements are acceptable, but a completely new designed package is not acceptable. 3. SPECIFIC REQUIREMENTS: The required remotely operated vehicle (ROV) performance and features are listed in the following. Specific responses requested from offerors are indicated by italics. 3.1 Basic Vehicle - 3.1.1 - The vehicle shall be capable of continuous operations for a minimum of 12 hours at a survey speed of 3 knots minimum in still water for the delivered configuration. The ROV shall be capable of carrying a 10 lbs. payload when fully equipped, and up to 20 lbs with optional parts detached or optional floatation attached - the offeror shall briefly describe the payload options. 3.1.2 - Maximum Operating Depth shall be 2,000 feet (600m). The vehicle will be used for varying depths dependent on the terrain being covered. 3.1.3 -Propulsion shall be provided by the simplest yet durable drive mechanism possible, to ensure piloting (and maintainability) by operators who are not highly trained technicians. The offeror shall briefly describe their approach to the following design elements, sufficiently detailed to clearly explain the method and benefits of the design offered. The "propulsion" submission shall not exceed 5 pages in text and graphics, describing: Motors and drive-Including drive mechanism to the propeller(s); Directional control - Horizontal thrust (at what static lbs. thrust normal, including what boost available), vertical trim control (at what static lbs. minimum thrust), lateral thrust (at what static lbs. minimum), what thruster balance, what ability for 3-axis translation, yaw and rotation. Include test data for all statements of thrust lbs.; Stability - Stabilization in roll and pitch to maintain what degrees maximum in climb(+ angle) and glide (- angle). 3.1.4 - For ease of handling during staging, deployment and recovery, the maximum dry weight of the ROV shall be no more than 300 lbs. Power shall be 90-250 VAC, 50/60 Hz. All electrical components typically exposed to the marine environment shall be sealed in watertight NEMA-4X enclosures. All cable connections exposed to the marine environment shall use a waterproof connector such as Impulse or Seacon brand. The operator's console shall be 19? rack mountable or similar form factor - the offeror shall briefly describe the console form and mounting. 3.1.5 - Umbilical for system, 1100 ft, operating load 200 lbs. pull, non-breaking load 2000 lbs. minimum, wet mate-able connectors each end, neutrally buoyant sheath, 10 spare conductors minimum. 3.2 Control - 3.2.1 - The ROV shall have the capability of pilot control signals through the umbilical connection. The proposed shipboard electronic enclosure(s) and console(s) are to be compact, and well suited for displays, operator interfaces, and operator controls. The pilot's maneuvering controls shall include: Hand Controls - One or two joystick controls, for coordinated thruster control; Thruster Power - Minimum of three operational power selections - Slow for positioning and high precision maneuvering; Normal for standard vehicle operation; Boost for high powered speed and thrust requirements; Vertical Trim Adjust - Precise vertical adjustment for buoyancy variations; Auto-Heading - Automatic control of vehicle's heading; Auto-Depth - Automatic control of vehicle's depth; Auto-Altitude (opt.) - Automatic control of vehicle distance/altitude to sea floor (with optional altimeter). 3.2.2 The ROV shall have the capability of operator monitoring status signals through the umbilical connection. ROV status is essential to safe piloting, therefore display of all status shall be suitably arranged in one viewing area to allow "Heads Up" piloting of the vehicle on an integrated display / console. Essential ROV status (noted * in the following) shall also be available in some manner redundant to the screen display provided with the system. Status indicators shall include: *Depth - Three (3) digit display, selectable units of feet or meters; *Heading - Selectable display numerical/digital angle or "Compass Rose"; *Cable Turns - Number of full circle turns the vehicle has made; Propulsion Indicators - Thrusters and aux motor status (diagnostic tool); DGPS - Latitude and longitude coordinates, from external Differential GPS input; Time & Date - Month, day, year, hours, and seconds; Elapsed Dive Time - Hours/minutes for present dive; Leak Detector - Indicates hull integrity status from automatic leak detector system; Contact Sensor - Underwater microphone allows the operator to hear when ROV or manipulator has touched an object; Volt Meter -Incoming voltage source; Amp Meter - System current draw; Altimeter (Opt.) - Altitude above sea floor, two (2) digit display, selectable units of feet or meters. * Essential ROV status available independently of primary display. The offeror shall briefly describe their approach to providing the redundant status. 3.2.3 The ROV shall have the capability of operator control signals through the umbilical connection for the instrumentation in Section 3.3. Display of all status shall be included in the viewing area described in Section 3.2.2. The offeror shall briefly describe their approach to the following design elements, sufficiently detailed to clearly explain the method and benefits of the design offered. The "controls" submission shall not exceed 2 pages in text and graphics, describing: Camera Tilt - Movement of camera or mounting, through range of up/down tilt; Lighting Selector -Selections for light power/intensity, minimum of three; Auxiliary Function - Optional control point for additional motorized tools or other equipment i.e. manipulators, cutters, samplers; what is available, how many of each are usable simultaneously, can be installed in what combinations. 3.2.4 ROV controls may make use of an integrated display / console with a software interface (as opposed to a firmware/black box controller interface). Any screen display will be GUI (graphical user interface) based, supported by a Windows? 2000/XP based program. The program may also support additional features, such as ROV training, documentation, maintenance and trouble shooting. For any software (not firmware) interface, the offeror shall briefly describe the function, including benefits of the design offered, and ROV limitation if the interface fails. The "software" submission shall not exceed 2 pages in text and graphics. ROV systems employing firmware are encouraged to describe benefits and limitations. 3.3 Sensors - 3.3.1 - The ROV?s navigation shall include the following sensors. The offeror shall briefly describe design of each sensor, including benefits of the design offered. The "sensors" submission shall not exceed 2 pages in text and graphics, describing: Heading/Azimuth - Compass, +/-3 degree accuracy; Depth - Pressure depth, +/-1% accuracy; Microphone - Underwater microphone on ROV for audible feedback on thruster operation and contact / interactions with seabed; Altitude (option for) - Altimeter, +/-1% accuracy. 3.3.2 - The ROV shall have the capability of acquiring real-time video and providing display signals through the umbilical connection to the pilot. Video display(s) shall be included in the viewing area described in Section 3.2.2. The offeror shall briefly describe design of each video element, including benefits of the design offered. The "video" submission shall not exceed 2 pages in text and graphics, describing: Video Camera - Resolution, lens, zoom, color, Lux at f1.8, automatic features; Field of View - Wide angle range, degrees of view in water; Resolution -Screen line scans options; Focus - Auto and/or manual focus, minimum and maximum range; Depth rated - Greater than 2,000 feet (600m); Time & Date - Month, day, year, hours, and seconds included in viewing field; Camera Tilt -Operator controllable, with minimum and maximum range of tilt; Lights - Type, Watts, minimum and maximum number; Additional Video -Option for multiple integrated second camera, or still photography, how operator selects, and electrical conductor requirements in the umbilical cable. 3.4 Reliability - Due to shipboard operations in remote areas, the ROV shall be constructed using Commercial-Off-the-Shelf (COTS) technology with a proven design, minimum of 50 completed units previously delivered. The offeror shall briefly describe their approach to the following design elements, which are indicators of reliability. The description may include test data, production history, anecdotal customer accounts (with customer current contact information), sufficiently detailed to clearly explain the method and benefits of the design offered. The "reliability" submission shall not exceed 5 pages in text and graphics, describing: Frame - Protection from "crash"; Control Signals - Use of umbilical conductors for sensors and functions, how to add later sensors/features, how to troubleshoot; Drive Shaft Seals -'Moving parts', and seal design for any other ROV moving parts exposed to seawater; Ground Fault - Protection of divers, operators, and equipment from electrical short circuits. 3.5 Maintainability - Due to use on ships with relatively inexperienced technicians, the ROV shall be easily maintainable. The offeror shall briefly describe their approach to the following design elements, which are indicators of maintainability. The description may include test data, production history, anecdotal customer accounts (with customer current contact information), sufficiently detailed to clearly explain the method and benefits of the design offered. The "maintainability" submission shall not exceed 5 pages in text and graphics, describing: Configuration -Options to reconfigure the ROV in the field, such as 1) add or remove floatation, 2) add or remove thrusters, 3) preinstalled wiring and spare umbilical cable conductors for auxiliary/ optional sensors and equipment, including altimeter, acoustic tracking, obstacle avoidance sonar, manipulators, cutters, samplers; Parts Access - To all fuses and critical control electronics, what is in the ROV, what is at the control console topside; Flooding Recovery - Repair parts required, sequential steps to replace; Replacement parts -Availability worldwide, what parts are interchangeable with other ROV models, how many years of production and how many are in service for these models. 3.6 Documentation - The Contractor shall provide 3 sets of documentation to NOAA, including but not be limited to the following: Manuals: 1. User Manual, including theory of operation, operating procedures; 2. System Maintenance, including parts repair/replacement procedures; 3. Installation; 4. Troubleshooting Procedures, including manual techniques and any built-in tests; 5. Calibration Procedures (if applicable) showing the method with which the unit sensors were calibrated, and the expected stability of calibration. Documentation: 1. System drawings, including interconnections with connector pin outs; 2. Schematic drawings suitable for use in field repairs to the component level; 3. Mechanical drawings, including parts listings, parts breakdown with manufacturer's original part numbers, Isometric Parts Breakout drawings showing how all parts relate to one another, drawings of boards showing component placement; 4. Calibration results, noting the calibration source such that NOAA can contact the calibration source for future calibrations. 3.7 Transportation - The system will be provided with reusable shipping cases. The cases shall be suitable for Fed-Ex, Airborne, DHL, and UPS shipment. 3.8 Warranty Services - The Contractor shall provide Software/Hardware Warranty support for one year from acceptance. 3.9 Deliveries - Delivery of System, at NOAA PMC Seattle WA - 90 days after date of contract award. Training at vendor's facility, one week for 5 students ? Training will take place in December 2004 or January 2005. Training period will be agreed to by both contractor and Government a minimum of 30 days prior to its commencement. 4.0 OTHER REQUIREMENTS - With their proposal the offeror shall supply lists and pricing for ROV support items, optional equipment, and spare parts. The bids shall be structured to provide all the items grouped by paragraph, and each item individually. NOAA reserves the right to accept these bids within the first year of operation of the vehicle after acceptance. 4.1 - Tether: 1100 ft and 2100 ft umbilicals, operating load 200 lbs. pull, non-breaking load 2000 lbs. minimum, wet mate-able connectors each end, neutrally buoyant sheath, 10 spare conductors minimum; 4.2 - Tether Junction Box: Umbilical Box interface, wet mate-able connectors on tether interface, all conductors; 4.3 - Spare Sensors: Sensors and electronic parts associated with them; 4.4 - Spare Parts: Fuses and circuit boards, for ROV and shipboard electronics; 4.5 - Power components: All; 4.6 - Mechanical Parts: To the component level, such as casing, fins, propellers, cages for electronics, mechanical connections, etc.; 4.7 - Tool Kit: Uncommon maintenance tools provided, as recommended by vendor; 4.8 - Optional Altimeter: Altitude above sea floor, two (2) digit display, selectable units of feet or meters; 4.9 - Optional Functions: Motorized tools or additional equipment i.e. manipulators, cutters, samplers; 4.10 - Optional Cable Reel: Hand-powered cable reel with weatherproof slip ring, for use and storage of umbilical cable. Capacity 2,200 ft minimum cable length. Reel construction suitable to outside saltwater use, with integral wheels for moving; 4.11 Optional Floatation: For increased payload capacity. 5.0 PROPOSAL INSTRUCTIONS TO OFFERORS - 5. 1 - It is the offeror's responsibility to provide information, evidence or exhibits that clearly demonstrate ability to perform the requirements in the Statement of Work (SOW) in a concise, logical manner, and should not contain material which is not directly related to this acquisition. Specific responses requested from offerors are indicated by italics.; 5.2 - Offeror shall provide a minimum of four user references with past or present experience with the ROV or nearly similar ROV design/model being offered. For each reference provide full company or organization name, contact name and telephone number, best available Email address. It is preferable to have references 1) that address the kinds and types of requirements specifically called out in the SOW and 2) that are within state or federal government.; 5.3 ? Pre-proposal conference and/or review of the draft SOW package by industry is not required. The type of work required by the solicitation is within the capability of the marine survey electronics industry. Specific questions raised by the offerors will be addressed accordingly. 6.0 SELECTION EVALUATION CRITERIA - 6.1- The Government will make award to the responsible offeror whose offer is deemed best value and conforms to the statement of work and is most advantageous to the Government, total price, and technical factors listed below considered. Your initial proposal should represent your best approach and pricing. The Government anticipates award based on initial offers. For this statement of work, the technical factors are considered significantly more important than price. As proposals become more equal in their merit, the total price becomes more important. Price proposals that are considered too low or too high may not be considered for award. 6.2 Evaluation Factors - Evaluation of technical proposals will be based on the following factors, listed in descending order of importance. Factor A - Past Performance including predicted reliability, history and four or more references of users (state or federal government preferred) of the proposed ROV model. Factor B - Interface including ease of piloting, ease of real-time vehicle tracking, general system integration and training requirements. Factor C - Characteristics of the proposed ROV including size, weight, endurance, ease of deployment, recovery, system durability, repair/maintenance requirements, and options and ease to reconfigure in the field. Factor D - Integration of navigation sensors, video camera and auxiliary/optional equipment, including manipulators, cutters, samplers, extra camera(s), extra lights. FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3, Buy American Act - Supplies (41 U.S.C. 10) and 52.229-5, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Paul Reed. Faxed and emailed proposals will not be accepted. For further information please contact Paul Reed at (206) 526-6034 or Paul.J.Reed@NOAA.gov. All questions should be addressed to Mr. Reed and emailed to the stated address. Deadline for receipt of offers is 2:00 PM June 17, 2004. Late or incomplete proposals will not be considered. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00586962-W 20040519/040517211745 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.