Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

20 -- Moving Vessel Profiler

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133C-07-RQ-0902
 
Response Due
9/11/2007
 
Archive Date
9/26/2007
 
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 in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is also notice that The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA),National Ocean Service (NOS) intends to negotiate under the authority of 41 U.S.C. 253(c)(1), a sole source contract with Brooke Ocean Technology Ltd. for the acquisition of the following: One (1) each MPV-30 Moving Vessel Profiler with A-frame mount overboarding sheave, inclusive of MPV-30 spares and installations support/training. NOTE: FOB Destination delivery 24 weeks from date of order to NOAA Pacific Marine Center. REQUIRED PRODUCT SPECIFICATIONS: Moving Vessel Profiler (MVP30) ? is an automatic self-tensioning deployment and retrieval winch system to control the depth of an instrumented oceanographic payload while the vessel is underway. The moving vessel profiler shall: 1. Operate at vessel speeds of up to 18 knots. 2. Be compatible with a number of different instrument package payloads for the collection of oceanographic data including: (a) Conductivity Temperature and Pressure (CTD) probes, (b) Sound Velocity Profile (SVP) probes, (c) real time telemetry through the electromechanical cable using RS-485 communications protocol. 3. Allow a near vertical free fall of the payload within the water column by setting parameters for the desired depth of the cast, or the required height above the bottom, or the amount of cable output. 4. Integrate depth information from a ship?s echo sounder to control winch operations. 5. Be fully compatible with the CARIS HIPS multibeam post processing software. 6. Be fully compatible with the HYPACK real time integrated navigation software. 7. Be fully compatible with the Triton Isis real time integrated navigation software. 8. Be fully compatible with the existing MVP systems presently owned and operated by NOAA. 9. Automatically slow the rotation of the winch drum, stop at the desired depth, retrieve the probe, and arm for the next free-fall cycle. 10. Monitor the amount of cable used during a free fall and facilitate the display of cable out, water depth, vessel position and speed, and fish depth. 11. Allow the payload to reach a depth of 30 meters at a vessel speed of 12 knots and 125 meters at 0 knots. 12. While on-station (or drifting) allow free fall deployment to 110 m depth and retrieval within 3-5 minutes. The length of time depends upon the sensor installed. 13. Include software for the real-time display of scientific data. Real-time display of Free Fall Cone Penetrometer (FFCPT-350) data will be possible with future developments. 14. Have a footprint, that is the deck space required to install and operate, that does not exceed 813 mm x 305 mm (32? x 12?). 15. Have a weight that does not exceed 100 kg (220 lbs.) 16. Be compatible with ship service electrical power available on standard oceanographic vessels. This acquisition is NOT a small business set-aside, and the associated NAICS code is 334513 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through the August 2007 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-19. Full text of clauses and provisions are available at http://www.arnet.gov/far/. The following FAR clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors?Commercial Items (Sept 2006), FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006) with DUNS Number Addendum [52.204-6 (Oct 2003)], 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007), 52.212-2 Evaluation?Commercial Items (Jan 1999) ? pricing consideration and past performance are evaluation factors, as is the technical capability in terms of the product satisfying the Governments requirement, 52.247-34 F.o.b. Destination (Nov 1991), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), 52.219-28 (Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003)(31 U.S.C. 3332), 52.225-1 Buy American Act?Supplies (June 2003)(41 U.S.C. 10a-10d), 52.225-2 Buy American Act Certificate (June 2003), 52.225-8 Duty-Free Entry (Feb 2000), 52.225-18 Place of Manufacture (Sep 2006). It is anticipated that a non-competitive sole-source firm fixed price contract will be issued for this requirement. However, all responsible, responsive concerns having the expertise and required capabilities to furnish the above items are invited to submit complete written information fully demonstrating the capability, expertise, qualifications, and experience to meet the above requirements. All submittals received by the due set forth in this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. All interested concerns must submit the aforementioned documentation to Loren.Frei@noaa.gov no later than September 11, 2007. This notification of intent closes at 2:00 PM Pacific time September 11, 2007. Questions regarding this solicitation may be directed to Loren Frei, Contract Specialist, at Loren.Frei@noaa.gov. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). 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 also 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. Additionally, this procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Standard Form 1449 (2) Schedule, and (3) Past Performance form. Offers must include with their offer an originally signed SF-1449, a completed schedule, and a completed past performance form. Quotes will be valid for 30 days.
 
Place of Performance
Address: Seattle, WA
Zip Code: 98115
Country: UNITED STATES
 
Record
SN01396739-W 20070908/070906220532 (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.