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