SOLICITATION NOTICE
20 -- BARNY Sentinet Instruments
- Notice Date
- 1/5/2011
- Notice Type
- Presolicitation
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-11-R-MC03
- Archive Date
- 2/1/2011
- Point of Contact
- Marilyn Clark, Phone: 2286884471, Patricia A Lewis, Phone: 228-688-5593
- E-Mail Address
-
marilyn.clark@nrlssc.navy.mil, patricia.lewis@nrlssc.navy.mil
(marilyn.clark@nrlssc.navy.mil, patricia.lewis@nrlssc.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Research Laboratory (NRL) intends to negotiate a contract on the basis of Other Than Full and Open Competition IAW 10 U.S.C. 2304(c)(1), Brand Name with Limited Sources. NRL will negotiate with either SIELCO S.p.A. Via Greti di Durasca, Follo, Italy OR with PROTECOSUB, Via Marzabotto, 39, Albiano Magra -54011, OR any supplier who can provide 4 each “BARNY” Sentinel Original model oceanographic instruments, TRMB complete units with Delrin stars, two releases + W&T guage, heavy ballast, 150 m. recover line Cabling in Dyneema with plastic eyelets, mechanical parts in 316 SS/Delrin/Nylon. It also covers the purchase of 2 each spare concrete Ballast more heavy 500/600 kg (with SS 316 hooks on bottom), and 2 each angle steel stackable shipping crates built as previous with bottom unit having wheels in rear for movement and top interlocking into bottom. Steel frame wood panel. Salient Characteristics are as follows: 1. The enclosure shall be of sufficient size as to hold; one RDInstruments, acoustic Doppler current instrument (held in vertical position), one Sea-Bird wave tide guage with conductivity sensor, two ORE acoustic releases, (both 8200 series and CART model), and up to 700 ft. of recovery line (spectra or equivalent) for maximum deployment. 2. Shall be capable of holding existing deployment attitude sensor during deployment to insure position on the bottom before release. Attitude / tilt sensor shall be able to be recovered after release for further use. 3. Bottom mount shall have two means of release for recovery. Primary to be attached to (float containing ADCP) by line to enable recovery of entire deployed package including Ballast. Secondary release to allow for jettison of instrumentation “pod” only from the Ballast. Shall be capable of releasing buoyant instrument pod while upside down in case of inverted position, to allow for the recovery of all instrumentation. 4. Mount shall be trawl resistant in shape and of sufficient weight to withstand dragging or unwanted capture by trawl nets and gear. Shall have a footprint of at least 6 ft. diameter and a height of no more than 24 inches. Shall have at least 300 lbs. weight in water, sufficient to withstand impacts from trawls, with sufficient floatation of at least 100 lbs. to provide for adequate release from bottom Ballast. 5. Mount to be fabricated using only sea-water corrosion resistant materials. All release pins and deployment hooks and other structural components to be made from 316 Stainless steel. All cabling for release mechanism to be made using dyneema or spectra type synthetic line terminated into stainless steel or ruggedized nylon eye hooks for connection. The outer shell to be made of sealed painted white fiberglass in sufficient thickness (3/8” min.) to withstand impacts, and to pass acoustic signals. All floatation shall be painted (recovery buoy yellow or orange, interior white) syntactic foam for floatation to be capable of at least 200 meters depth deployments. All other parts to use synthetic material such as: delrin or similar, and release bungee springs to be “heavy use” rubber type with delrin type attachments. 6. Concrete ballast ring to be reinforced with stainless rebar. Hold down pin holes shall be lined with nylon inserts to provide for smooth pin extraction. Ballast ring shall have a “recessed” means of recovery by an unmanned ROV; i.e., recovery hook, grab bar, integral to the concrete base. Shall also have non-corrosive stainless steel or equivalent eye hooks (4) for ROV recovery in case of inverted position and for the ease of movement on deck of concrete ring. Concrete ring to be heavier than previous models by least 100 kgs while not changing exterior dimensions, bringing weight in air to over 1000 lbs. SIELCO S.p.A. and PROTECOSUB are the only known companies that offer the requirements described above. NRL uses Electronic Commerce (EC) to issue Requests for Proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. All responsible sources believing to be capable of completing the requirements stated are welcome to submit capability statements. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. The Government intends to use FAR Part 12, Acquisition of Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-11-R-MC03/listing.html)
- Place of Performance
- Address: Contractor's facility, Italy, Italy
- Record
- SN02354594-W 20110107/110105233952-a20f9a13092a21aac5bf89ca3c544a75 (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 |