Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

66 -- Phase measuring (interferometric) bathymetric survey system

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-0043
 
Response Due
8/11/2006
 
Archive Date
10/10/2006
 
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. Solicita tion Number W912HZ-06-T-0043 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2 005-11 under NAICS Code 334511 (FSC 3812) with average number of employees of less than 750. This procurement is 100% set-aside for small businesses. The US Army Corps of Engineers Engineering Research and Development Center, Field Research Facility at D uck, North Carolina has a requirement for a phase measuring (interferometric) bathymetric survey system for surveying in shallow coastal ocean, estuarine, and river environments. The primary use will be in coastal waters to study changes in the beach/near shore profile. Because the water is shallow (less than 15 m); the changes large or, more usually, small (less than 10 cm); and there are limited weather windows in which to operate; a system capable of wide swath coverage, high vertical accuracy, and rap id survey speed is required. A complete, turn-key system is required that includes everything necessary to conduct an interferometric survey. This includes (but is not limited to): computers, cables, mounts, transducers, inertial measurement unit, data c ollection and processing software. The system must be compatible with, and able to interface to: 1) Coastal Oceanographic's Hypack Max Hysweep; 2) Trimble 5700 RTK DGPS positioning system (Real Time Kinematic Differential Global Positioning System). This procurement may be quoted as follows: Line Item 000l Supplies/Services: Provide a phase measuring (interferometric) bathymetric survey system for surveying in shallow coastal ocean, estuarine, and river environments meeting the specifications list ed below. Quantity: 1, Unit: Each, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. Submittals. The offeror shall submit, at a minimum, the following information with his quote: 1. Contact information for at least three organizations currently using the system being offered. 2. Detailed documentation which illustrates that the system being proposed meets or exceeds all specifications. Offeror shall submit with his/her quotation sufficient technical literature, brochures, etc. to enable the Government to determine technical acceptability of the system proposed. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the lowest price to the Government of those offerors who are deemed to offer a technically acceptable system which meets or exceeds all specifications. Follow ing an initial determination that an offered system appears to meet the specifications, the Government may require an on-site demonstration aboard a USACE survey vessel, at the offerors expense, of the capabilities of the system. An evaluation of this dem onstration may be used to determine technical acceptability of the offered system. 0001 Phase Measuring (Interferometric) Bathymetric Survey. Provide a phase measuring (interferometric) bathymetric survey system for surveying in shallow coastal ocean, estuarine, and river environments meeting the specifications listed below. Specifications: General 1. Equipment shall be a current year production model and not a prototype or one-of-a-kind system. There must be at least three working units of the proposed make and model operating currently in the United States. 2. For any offer that is initially deemed technically acceptable, the Government reserves the right to obtain an on-site demonstration aboard an appropriate USACE survey vessel, at bidders expense, to determine whether the system suit ably meets the specifications prior to award of contract. 3. Include a minimum of three days of on-site training at the USACE Field Research Facility in Duck, NC. 4. Include an acceptance period of one (1) month following installation and training and the system shall be covered by warranty for a period of at least two years. 5. There must be adequate technical support infrastructure within the United States to provide responses to routine technical questions in a reasonable amount of time. The Contractor shall provide technical support via telephone and/or e-mail and instrume nt software/firmware upgrades (whenever available) for a five-year period. 6. The Contractors instrument service and repair capabilities shall allow a door-to-door turnaround time of one week or less under all but extreme circumstances. 7. Delivery to the Field Research Facility, Duck, North Carolina no later than 30 September 2006. Performance Features 8. The system will utilize interferometric (phase measuring) technology able to provide swath widths up to 12 times the water depth and at the same time provide both bathymetry and side scan sonar information 9. The bathymetric data provided by the system must be capable of meeting International Hydrographic Organization (IHO) Order 1 horizontal and vertical accuracy in water depths ranging from several meters deeper than the draft of the instrument to 15 meter s deeper than the draft of the instrument (as per IHO Special Publication S-44, 4th Edition). 10. The system shall be capable of resolving features that are sloped or have significant vertical expression, relative to the depth of water. Operating frequency appropriate to satisfy full system specifications in water depths up to 100m. 11. Azimuth beam width less than 1.0 degrees to provide high resolution measurement of complex bottom features at maximum range. Objects with a vertical expression of greater than 20 cm should be resolvable (ex: sandwaves) 12. Ability to obtain minimum of 3 data points (swath passes) per meter at a survey speed of 6 knots in 15 m water depth (assuming a total swath width of 150 m). This is required to resolve both small bottom features (sub-meter), and to have sufficient da ta points for averaging. Higher sample rates, or faster survey speeds, must be possible in shallower water. 13. Average cross track resolution of 10cm or less. General System Features 14. Mobility and ease of installation on various vessels including vessels as small as 20 feet in length. 15. The system must be able to be either hull or pole mounted (bow or side mount). The included mount must be adaptable to a wide variety of hull shapes. 16. For portability, the transducers and V-plate mount, with attached sub-sea inertial measurement unit, must weigh no more than 60 pounds in air. 17. Sound velocity probe mounted with transducers for real time sound speed measurement. 18. Single beam altimeter mounted with transducers for depth of nadir measurement. Software / Computer Specifications: 19. The system will include a computer, software, and computer-controlled interface for the acquisition and display of data. The computer control subsystem shall provide complete software for instrument control and data acquisition. 20. The operating system of the computer subsystem shall be Windows XP (or later). 21. The computer subsystem shall provide means of networking with ancillary equipment either via ethernet connection or serial/parallel port. 22. The time base of the computer subsystem must be synced to Universal Time Coordinated (UTC) via Global Positioning System (GPS) to eliminate internal latency errors. 23. Data processing software which includes: a. CUBE or Combined uncertainty bathymetry estimator, gridding routines and 3d fly through software that is incorporated into the vendors processing software package. b. Software to classify bottom texture (mud, gravel, sand, submerged aquatic vegetation) c. Ability to process data on two or more computers at one time. 24. The computer/software system shall be delivered with at least a five year subscription for all software licenses necessary to operate and maintain the sonar system and software. Inertial Measurement Unit Requirements 25. Roll, Pitch accuracy 0.01 degree 26. Heading accuracy to 0.01 degrees 27. Heading accuracy drift less than 1 degree per hour during GPS outages. 28. Heave accuracy of 5 cm (or 5%) or better 29. 200 Hz or less data rate 30. Underwater mountable Inertial Measurement Unit (IMU), to mount directly to the transducer mount of the interferometric survey system 31. Ethernet data logging 32. GPS UTC time sync (PPS) The Clause 52.212-2, EvaluationCommercial Items is applies to this acquisition. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Re presentations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - C ommercial Items, applies to this acquisition. The clause 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial item applies to this acquisition. If you are not regi stered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. This procurement is a 100% set-aside for small business. Quotes are due August 11, 2006 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT CONTRACTING OFFICE, ROOM 144, 4155 EAST CLAY STREET, VICKSBURG, MS 39183, ATTN: JACK LITTLE. For information concerning this solicitati on contact Jack Little at 601-631-7264 or email at jack.a.little@mvk02.usace.army.mil.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: Jack Little, Room 144, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01105660-W 20060805/060803222139 (fbodaily.com)
 
Source
FedBizOpps 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.