SOLICITATION NOTICE
66 -- Automatic Severe Weather Early Warning Mass Notification System
- Notice Date
- 9/7/2011
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- SPMYM1 DLA NORFOLK NAVAL SHIPYARD CONTRACTING DIVISION (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- SPMYM111T0188
- Response Due
- 9/16/2011
- Archive Date
- 12/31/2011
- Point of Contact
- Kyra Fagan (757) 396-8346
- E-Mail Address
-
Contract Specialist's Email Address
(kyra.fagan@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Logistics Agency, DLA Maritime Norfolk, Norfolk Naval Shipyard Contracting Office, intends to negotiate a Firm Fixed Price contract for an Automatic Severe Weather Early Warning Mass Notification System for the Norfolk Naval Shipyard in Portsmouth, VA 23709. The North American Industry Classification System (NAICS) code is 334519 Other Measuring and Controlling Device Manufacturing and the procurement will be 100% small business set aside. The system will be acquired in accordance with FAR (Federal Acquisition Regulation) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Item 0001 Design, Delivery and Installation of Automatic Severe Weather Early Warning Mass Notification System STATEMENT OF WORK 1.Requirement for the design, delivery, testing and installation and support of an automatic severe weather early warning mass notification system (ASWEWMNS) for the Norfolk Naval Shipyard located in Portsmouth, Virginia. The on-site system controls will be installed in a central control center in a room designed by the Norfolk Naval Shipyard within the same building and in near proximity to the system s base infrastructure, instruments, sensors and alarms to be installed in order to limit the distance of cable runs. 2.General: The Norfolk Naval Shipyard is interested in procuring an Automatic Severe Weather Early Warning Mass Notification System with an administrator manual override to provide using multiple synchronized forms of communication including audible tones (ATS), pre-recorded voice messages (PVM), live public address (PA), visual color coded alerts (VCA), electronic mail (EMAN), text messaging (TMAN) and a custom interactive web site (WS) with VCA and audible notifications (AN) to personnel who are working on location at the Norfolk Naval Shipyard. 2.1The system shall have web based software management and monitoring capabilities. The system will have secure DSL or fiber optic connectivity. All local alarms shall function independently while all electronic notification functionality will require internet connectivity 2.2The system will receive data from multiple resources including but not limited to on site meteorological instruments and sensors, off site meteorological instruments and sensors, storm tracking and projection modeling, custom satellite imagery and radar including Vertically Integrated Liquid, NOAA s National Weather Service (NWS), and other public and private resources as needed. The system will have specific defined thresholds in order to provide advanced alert notifications prior to the arrival of several weather. There will be three configured states including All Clear, Warning and Red Alert and separate distinct notifications for predetermined wind speed as well as separate distinct notifications for current heat index advisories at the Norfolk Naval Shipyard. Each alert notification state will be delivered to all personnel via the multiple communication formats as defined within this document. 2.3The system will use an on site Electric Field Monitor (EFM) as the primary tool for determining the potential for severe weather and/or lightning at the Norfolk Naval Shipyard. The All Clear, Warning and Red Alert states will have color coded visual status lights as follows: All Clear = Green, Warning = Yellow and Red Alert = Red and Yellow combined. There will only be two audible tone alarms; one for Red Alert and one when the system returns to All Clear. The Red Alert status tone alarm will consist of one long Alert tone for 30 seconds and the All Clear will sound intermittent tones every 5 seconds. The Red Alert tone will be followed by a pre-recorded voice message stating Severe Weather Warning, Seek Shelter Immediately and the All Clear tone will be followed by a pre-recorded voice message stating All Clear, Resume Activities . Additional tools for lightning and/or severe weather warning will include an on site Electromagnetic Sensor (ES), NWS warnings and other resources such as the North American Precision Lightning Network as needed. 2.4The web site will be synchronized to provide all pertinent data in reference to all alarm states for the Norfolk Naval Shipyard on a custom 100 nautical mil (NM) map centered on the GPS coordinates of the on site meteorological instruments and sensors. The ES data displayed on the WS will be color-coded in reference to the following: Lightning strikes within the minute = red points; lightning strikes within the last 2-5 minutes = yellow points, lightning strikes within the last 5-8 minutes = black points. The WS will also be synchronized to include automatically refreshed data for the EFM. The two most center rings will be the 2.5 NM radius and the 12.5 NM radius. The center most ring will remain green in the All Clear status, Yellow at Warning and Red at Red Alert for Seek Shelter . The ATS will use the same sequence as described in paragraph 2.2. 2.5EMAN and TMAN for Automatic Severe Weather Early Warning, Wind Speed Thresholds and Heat Index will be distributed to all Norfolk Naval Shipyard Personnel with the current estimate at 25,000 users. The Distribution list will be pre-configured with the parameters set to include preferred receipt of EMAN, TMAN or both. Administrator permissions shall allow for manual deployment of messages. 2.6The base infrastructure AN system for Automatic and Manual Severe Weather Early Warning System shall consist of four (4) audible alarms installed on non-penetrating roof mounts as close as possible to the GPS coordinates -76.3002/36.8165, -76.3004/36.8162, -76.3005/36.8167, and -76.3007/36.8164. Regardless of the location, the roof mounting trays will never be installed any closer than 10 from any perpendicular ledge or edge of any rooftop. The non-penetrating roof-mounts shall be rated at a minimum wind pressure of 140 mph. Each of the speakers will have a 400 watt speaker driver and be rated at 121 dB @ 100 . Power Amplifier Output Power for tones are 1600 watts and voice is 400 watt speakers will be directional weather-proof, fiberglass speaker flare, powder painted, spun aluminum re-entrant horn section, corrosion-resistant, cast aluminum housing providing a protective, weather-proof enclosure for the driver and wiring terminals, two feet of 16AWG, 2/C cable exits through the bottom of each speaker for field wiring, heavy-duty, painted bracket allows for flush mount of the speaker or to angle it down approximately 15 degrees. The multiple audible tones (ATS) includes Alert, Air Horn, Attack, Whoop, Wail and Hi-Lo, pre-recorded voice public will be installed, and the live public address (PA) will include a noise canceling microphone. 2.7The system will be activated automatically or manually through a control console and static IP relays hard wired directly to dry contact closures attached to the audible tones (ATS), pre-recorded voice message (PVM) and visual color coded alerts (VCA). The live public address (PA) will be activated at the control console in the control center. 3.Safety: The contractor shall abide by all current Federal, State and OSHA rules and regulations when performing work within the confines of the Norfolk Naval Shipyard. 3.1The contractor shall wear safety helmets while working at the Norfolk Naval Shipyard. 3.2The contractor shall determine if the walking/working surfaces on which its employees are to work have the strength and structural integrity to support employees safely. Employees shall be allowed to work on those surfaces only when the surfaces have the requisite strength and structural integrity. 3.3The contractor shall have a fall protection plan and policy in place before installing any equipment on the roof. 3.4Roofing work on low-slope roofs. Except as otherwise provided in paragraph (b) of this section, each employee engaged in roofing activities on low-slope roofs, with unprotected sides and edges 6 feet (1.8 m) or more above lower levels shall be protected from falling by guardrail systems, safety net systems, personal fall arrest systems, or a combination of warning line system and guardrail system, warning line system and safety net system, or warning line system and personal fall arrest system, or warning line system and safety monitoring system. Or, on roofs 50 feet (15.25 m) or less in width, the use of a safety monitoring system alone (i.e. without the warning line system) is permitted. 3.5The contractor shall wear hearing protection after audible alarms are connected to the amplifiers. 3.6The control of hazardous energy (lockout/tagout): The contractor shall provide a written procedure for locking out all energy sources while installing the system. 4.Warranty: The contractor shall provide a minimum of a one year warranty on parts and labor. The solicitation number is SPMYM1-11-T-0188 and a copy is expected to be posted on or before 12SEP2011. Technical questions must be written and sent by email (kyra.fagan@navy.mil) or by fax (757) 396-9895. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at either www.neco.navy.mil or www.fedbizopps.gov, as this office no longer issues hard-copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither it nor its principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the Central Contract Registration (CCR) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR will render the vendor ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0104548296af97798aaf33a88152663d)
- Place of Performance
- Address: Norfolk Naval Shipyard, Portsmouth, VA
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN02565031-W 20110909/110907235126-0104548296af97798aaf33a88152663d (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 |