Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2004 FBO #0979
SOLICITATION NOTICE

20 -- SURFACE VELOCITY PROFILER (SVP) MINI-DROGUE DRIFTING BUOYS

Notice Date
7/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NRMAD000-4-06234
 
Response Due
8/18/2004
 
Archive Date
8/18/2004
 
Point of Contact
Prattsie Artis, Contract Specialist, Phone 301-713-0820 x182, Fax (301) 713-0806,
 
E-Mail Address
prattsie.l.artis@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ No. NRMAD000-4-06234 is issued as a Request for Quotation. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. This procurement action is full and open. Line items will be delivered or picked up in accordance with the specification listed below. Date of Delivery shall not exceed 60 days after receipt of order. The provisions of FAR 52.212-1, Instruction to Offerors - commercial Items (Oct 2000); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2002); FAR 52-216-27 Single or Multiple Awards (October 1995); and FAR 52-217-5 Evaluation of Options (July 1990) apply to this acquisition. Include FAR 52.212-3, Offer of Representations and Certifications - Commercial Items (July 2002) with your quotation. FAR and FAC clauses are available on the Internet Website http://www.arnet.gov/far. Signed and dated quotes shall become due by 2:00 p.m. (local time) August 18, 2004. All correspondence or calls shall be directed only to the Contract Specialist. Selection will be based on (1) technical merit, as it pertains to the operational requirements of the various programs, from the responsive, responsible offerors who demonstrate compliance with the requirements of this solicitation; (2) past performance, including but not limited to delivery schedule adherence, and (3) cost containment. Award of individual Delivery Orders shall be based on the product most suitable for the preferred operational use. Such as air deployment and/or overseas shipment and/or Voluntary Observing Ship deployment. This shall not constrain or limit Government use to any purpose deemed necessary. Quotes shall include both unit price and total price for each Delivery Order. The Government may request samples from the offerors in the competitive range before award. The NAICS code for this procurement is 541710. This acquisition is for the procurement of an indefinite delivery/indefinite quantity of SURFACE VELOCITY PROFILER (SVP) MINI-DROGUE DRIFTING BUOYS for the National Oceanic and Atmospheric Administration (NOAA). The RFQ is to provide an indefinite quantity of drifting buoys; the period of performance is five (5) years. The Contractor shall furnish all the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform all work necessary to provide equipment and services called for under this contract, and specifically required in the individual delivery orders issued under this contract. The data buoys must meet the strictest scientific standards as delineated in the accompanying performance based specifications, and be available to NOAA and its associated research partners throughout the world. One or more contractors are sought to meet this requirement with the program office preference being for award to multiple contractors in order to ensure the maximum technical and programmatic flexibility and order responsiveness. The National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research (OAR), Atlantic Oceanographic and Meteorological Laboratory (AOML), Physical Oceanography Division (PhOD), Global Ocean Observing System (GOOS) Center, Global Drifter Center (GDC) is located in Miami, Florida. The GDC manages the deployment of drifting buoys around the world. Using research ships, Volunteer Observation Ships (VOS), and U.S. Navy aircraft, SVP mini-drogue drifters are placed in areas of scientific interest. Once verified operational, the data are quality monitored by AOML's Data Assembly Center (DAC). Incoming data from the drifter are then placed on the Global Telecommunications System (GTS) for distribution to meteorological services worldwide. LINE ITEM NO. 1 - PROVIDE SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" $___________________ (Year One); LINE ITEM NO. 2 - PROVIDE SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" $___________________ (Year Two); LINE ITEM NO. 3 - PROVIDE SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" $___________________ (Year Three); LINE ITEM NO. 4 - PROVIDE SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" $___________________ (Year Four); LINE ITEM NO. 5 - PROVIDE SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" $___________________ (Year Five). The SURFACE VELOCITY PROGRAM DRIFTING BUOYS WITH "MINI-DROGUES" shall include the following minimum specifications: Drifters shall be built according to the stated principles of construction in the "SVP Drifter Construction Manual" (Sybrandy, A.L. and P.P. Niiler (1991): "WOCE/TOGA Lagrangian Drifter Construction Manual". Scripps Institution of Oceanography, SIO Reference 91/6.58pp., and updated in 1995, DBCP Tech Document Number 4). (1.) The specific construction technique has to have a proven history of deployment at sea. "Proven history" shall consist of 10 holey-sock drifters successfully transmitting for over 180 days without drogue loss. (2.) Drifters must use the ARGOS system to send data using a 90-second repetition rate, with a 100% duty cycle. The transmission power to ARGOS should be 1 watt or less. The Government reserves the right to take advantage of the best available technology for communications. A manufacturer utilizing advanced communications technology with demonstrated success shall include technical specifications, performance statistics, and pricing information as a separate Line Item. (3.) The Drifters shall have Sea Surface Temperature, Submergence and Battery Voltage Sensors (see "WOCE/TOGA Lagrangian Drifter Construction Manual" for complete specifications of all sensors, drogue, transmitter and drifter general construction guidelines); (4.) Drifters shall be built with a holey-sock "mini-drogue" that is a smaller version of the drogue specified in the "WOCE/TOGA Lagrangian Drifter Construction Manual". The length of the "mini-drogue" shall be chosen so that the drag-area ratio of the complete drifter system shall be not less than 40. Methodology for computing drag-area ratio shall be included in the proposal. Drifters shall use a "mini-drogue" with its deployed vertical center at 15 meters depth. (5.) SPECIFIC "MINI-DROGUE" MATERIALS AND CONSTRUCTION SPECIFICATIONS: a) The holey-sock should be made from fray resistant nylon cloth; diameter 60-63 cm, length computed to provide a drag-area-ratio of 40 or larger. The holey-sock shall have at least three segments with supporting circular framing sewn into place. Each segment shall have two pairs of 30cm diameter opposing holes, offset by 90 degrees from each other. Drogue is centered at 15 m depth. b) Inert ballast material shall be inserted into the lowest ring of the "mini-drogue" of sufficient weight that a net tension of 1.5-2.0 kg will be exerted by the tether on the surface float. c) Rings made of hollow sea-water resistant, plastic tubing shall be used as the circular supporting framework for the drogue. These shall be drilled to allow flooding. d) Attachment bridle of the drogue shall consist of hub and at least 4 spokes of 0.32 diameter polypropylene-impregnated wire rope radials, positively attached and epoxy-restrained at hub to tether from surface float. Radials attach to top PVC ring using abrasion resistant cushions fixed at 90 degrees spacing. 10 cm-long rubber air hose carroting fitted where radials enter hub. Attachment point of tether to hub covered with a minimum of 15 cm long polyurethane carrot. e) The tether from the drogue to the float shall be at least 0.32 cm in diameter made of polypropylene-impregnated wire rope. There shall be no sub-surface float attached to the tether. The carrot to the spherical surface float shall be at least 15 cm long. 6.) SHIPPING CONTAINER: The shipping container should be a double walled container capable of domestic and international air, land, or sea transport. The container with buoys should weigh less than 300 lbs. Container should allow easy access for inspection and testing of instrumentation and ARGOS telemetry system at the point of delivery. Containers and closures shall comply with the Interstate Commerce Commission regulations, uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. Individual Drifters should be configured so that deployment from Volunteer Observing Ships can be readily done without changing the shipping configuration. The tether should be wrapped and taped with water-soluble tape around a water-soluble cardboard tube that should be left in place for deployment to prevent tangling. The drogue should be wrapped with water-soluble paper tape that should be left on the drogue upon deployment. The tape should dissolve quickly once the drifter has been deployed, allowing for an orderly release of the drogue. Instructions for pre - testing and deployment should be fastened on the outside of each unit. Contractor shall complete a specification sheet and submit it to the Global Drifter Center (GDC) before a Government Bill of Lading is issued by the GDC. Specification sheets should list individual ARGOS ID of each buoy produced and provide calibration and message format information. (7.) RELIABILITY CLAUSE - Drifter transmission power should last on average a minimum of 365 days. A new "Specifications Sheet" must accompany any modification that is made if a buoy is found defective and is returned to the manufacturer for repair. Manufacturer shall pay shipping costs and make all shipping arrangements for any returned defective drifters. Revised Specification sheets must be provided before drifting buoys are re-shipped. Specification sheets should list individual ARGOS ID of each buoy produced and provide calibrations and message format information. SVP SPECIFICATION SHEET (SVP3, MINI-DROGUED) VERSION MODIFIED 28 OCT 2002: ARGOS ID(s); Manufacturer; Sensor Array SVP; Surface Float Description; Tether description; Drogue description; Drogue depth; Drogue Length; Cross-sectional area above drogue; Cross-sectional area of the drogue; Transmitter type; Transmitter manufacturer; Controller manufacturer; duty cycle continuous; Message length 32 bits; Message format; Observation cycle 15 minutes; Repetition rate 90 seconds; Power Supply; Antifouling; Battery voltage sensor; Battery voltage equation; Temperature sensor type (include manufacturer and model); Temperature equation; Drogue sensor type; Submergence equation; Salinity Sensor Type (include manufacturer and model); Salinity Equation; Barometer type; BP equation; Wind Speed Sensor Type (include manufacturer and model) Wind Speed Equations; Wind Direction Sensor Type (include manufacturer and model) Wind Direction Equations; GPS Type (include manufacturer and model); GPS Equations; Additional Sensor Types (include manufacturer and model); Additional sensor equations; Shipping container and Comments.
 
Record
SN00633668-W 20040801/040730211839 (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.