Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624

20 -- THREE MAN SUBMERSIBLE AND RESEARCH PLATFORM SOL RFQ EASC 2000-0011 DUE 053000 POC Michele McCoy, 757-441-6879 WEB: EASC Homepage, www.easc.noaa.gov. E-MAIL: Contract Specialist, Michele.A.McCoy@noaa.gov. 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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ EASC 2000-00011 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This procurement action is full and open. The associated standard industrial classification code is 8999. A firm is a small business for the purpose of this requirement if it size standard is $5 million. The National Oceanic and Atmospheric Administration (NOAA) requires the services of a contractor that can support a major expedition to be conducted during June-July, 2000 by NOAA and the U.S. Navy. Navy divers will place shoring material under the hull of the USS Monitor to help stabilize the hull. Navy divers will remove lower hull plating, sever all connections to the engine and rig the engine for recovery. If possible, the engine will be recovered. A Contractor is sought to support these operations by providing a three-person submersible and support platform for fifteen days (15) during the Navy mission. The submersible will be used (1) to conduct a video survey of the entire wreck, (2) to provide the means for the non-diving NOAA archaeologist to observe and supervise Navy activities, and (3) for other NOAA and Navy non-diving supervisory personnel to observe work at the site first hand. The submersible shall be equipped with a video camera with remote focus and pan-and-tilt and a high quality video recorder to provide high resolution documentation of site activities. The contractor shall be responsible for providing the following for a period of fifteen days: Three person submersible classed and certified to a maximum operating depth of 1,000 feet by the American Bureau of Shipping. CONTRACTOR SHALL PROVIDE EVIDENCE OF CERTIFICATION. The vehicle shall accommodate two scientist/observers in addition to the pilot. The submersible shall have a forward acrylic hemisphere that sits approximately 18 inches above the bottom to facilitate observations in low visibility. The submersible shall also be equipped with active sonar, a seven-function, 68 kg (150-pound) lift capacity hydraulic manipulator equipped with a suction sampler, clam bucket scoop and jaws capable of handling bottom cores and other sampling devices. This equipment shall be accompanied by a rotating sampler. The submersible shall possess the capability for dives of up to 6 hours duration and horizontal and vertical thrusters of at least 32 kg (70-pound thrust) each. It shall be equipped with the following photographic equipment and related items: Still camera: Model 378 Benthos 35 mm still camera with Benthos model 382 RH (100 watt-second) and Model 383 RH (200 watt-second) strobes. The camera shall be capable of containing up to 300 frames per load and shall have an LED data chamber display indicating time, date, and run number. Standard 15 mm and 28 mm as well as an 85 mm lens shall also be provided. Video camera: Photosea TV3000T with Sony DXC-3000A head and 560 lines horizontal resolution ; 58dB signal to noise ratio; 15 to 24 VDC operation; water correction optics, diopter, dome port. The camera shall be outfitted with a Canon j8x6KRS 6-48 mm focal length and 8:1 zoom ration, remote zoom and focus, and auto or manual iris. It shall have full remote focus control from 0.3 meters to infinity. Video equipment shall also include a Sony VCD-1000 recorder with 400 lines of resolution in Hi-8 mode, 45 db signal to noise ratio and RC time code automatically recorded. An appropriate monitor shall also be included. Lighting for observation and videography: A minimum of four Birns and Sawyer standard underwater lights, 650 watts each, or equivalent, is required with an option for four 400 watt HMI lights. One 1200 watt HMI light shall be available for mounting and adjustment as a flood or spot light. The support platform from which the submersible is operated shall have onboard processing facilities for 35mm Ektachrome E-6 film and a light table or other suitable equipment for viewing negatives. The surface support vessel shall be a certified component of the University National Oceanographic Laboratory System (UNOLS) fleet. SKILL LEVEL REQUIRED: The contractor shall provide submersible pilots who are familiar with the wreck of the Monitor as well as with the dynamic environment in the Cape Hatteras area. Current in the Monitor Sanctuary are frequently strong and variable, which creates difficulty in accomplishing tasks without inadvertently coming into contact with and damaging the Monitor. Familiarity with the wreck and its environment is also essential for insuring that the submersible pilots will be able to navigate the wreck site safely and efficiently and to collect the necessary photographic data, samples and artifacts without damaging the wreck. SUBMERSIBLE OPERATIONS: The contractor shall provide a three-person submersible and appropriate support platform from which to operate the submersible. The contractor is responsible for maintaining the submersible and related equipment in safe operating condition during the course of the submersible operations and for providing services such as developing test film from the still camera and reviewing video. The contractor is responsible for providing the equipment specified elsewhere in this document. The submersible shall be involved in day-to-day operations at the Monitor Sanctuary by providing observation dives for non-diving NOAA and Navy personnel. The submersible will also be used to retrieve samples from preselected areas of the wreck and to recover small artifacts that may be damaged by the activities of the Navy divers. Samples and small artifacts will be recovered by the submersible's articulated arm and placed into a rotating sample collecting device. The period of performance shall be 6/13/00through 6/27/00. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. Bidders shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14,Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act- Supplies(41 U.S.C.10) and 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program(41 U.S.C. 10,19 U.S.C.2501-2582) . Quotes can be faxed to 757-441-3786 or mailed to U.S. Dept. of Commerce, NOAA, Eastern Administrative Support Center, 200 World Trade Center, Room 209, Norfolk, VA. 23510, Attention: Michele McCoy. Quotes must be received no later than 3:00 p.m. on May 30, 2000. Pricing shall be provided per day for 15 days. Posted 05/17/00 (W-SN455978). (0138)

Loren Data Corp. http://www.ld.com (SYN# 0158 20000519\20-0001.SOL)


20 - Ships and Marine Equipment Index Page