Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

20 -- Buoys

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017803R3062
 
Archive Date
6/14/2003
 
Point of Contact
XDS13-3 (540) 653-7765 XDS13-3 (540) 653-7765
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase a system of two buoys: CLIN 0001: One (1) each meteorological data buoy with supporting telemetry, shore-based data logging and display software. CLIN 0002: One (1) each wave measurement buoy with supporting telemetry, shore-based data logging and display software. Option CLIN 0003: training on buoy operation and data analysis. The system shall be a commercially available product, of a proven design with operational units installed and functional in the field. The system shal l use sensors designed for measurements in the maritime environment. It shall be field serviceable with commercially available in-stock parts available for purchase. The buoys shall not have a diameter greater than 2 meters at any point. They shall be designed with lifting points such that repeated launch and recovery via a crane or a cradle system is achievable from the stern of a project boat. Neither buoy shall exceed a weight of 1,250 lbs. The buoys shall have the required safety light beacons sufficient to meet all U.S.C.G. regulations for navigational lights. Independent mooring system designs are required. Each buoy shall be moored at a water depth of approximately 25 meters along the Virginia coastline in the Atlantic Ocean. The mooring for the meteorological data buoy shall not require service for a period of two years. The wave measurement buoy mooring shall not require service for a period of six months. Each buoy electronics package shall be powered by a battery/solar power recharge system to enable operation for a minimum period of twelve months or longer before requiring field service. Each buoy shall utilize a telemetry system sufficient to employ the buoys and communicate successfully ten nautical miles from shore. The carrier frequencies for the telemetry system shall reside within the high-frequency (HF) 20-50 MHz or very high frequency (VHF) 150-170 MHz bands. Either band utilized must meet regulations defined by the Federal Communications Commission (FCC) for telemetry. Each buoy shall communicate via telemetry with a data collection and display hardware/software system compatible with a Windows 2000 operating system and computer workstation. The data collection software graphical user interface employed for each buo y shall be similar in function and appearance. The meteorological data buoy shall support measurement of bulk meteorological parameters including wind speed, wind direction, air temperature, and relative humidity, all measured at four meters above the sea surface. In addition, atmospheric pressure corrected for the sea surface and sea surface temperature at a depth not to exceed 0.5 meters shall be measured. All meteorological measurements shall be the average of the previous five minutes data, reported via telemetry every five minutes to the shore-based data logging station. Sensor specifications for the bulk meteorological measurements are stated as follows: Meteorological sensors shall be the parts identified or verified functional equivalents, maintaining the accuracies specified over -30 to +60 degree C range of measurements: o RM Young Prop and Van Anemometer, Model 05103 or 05106 ? Wind Speed: +/- 0.3 m/s between 0 and 60 m/s ? Wind Direction: +/- 3.0 degrees ? Wind Threshold: <=1.1 m/s o Rotronics Humidity/Temperature Probe, Model MP101A ? Air Temperature: +/- 0.2 degrees C ? Relative Humidity: +/- 1.5 % Relative Humidity ? Relative Humidity Stability: <= 1%RH/year o Vaisala Barometer, Model PTB210 ? Absolute Pressure: +/- 0.3 hPa ? Pressure Stability: +/- 0.1 hPa/year o Thermister ? Water Temperature: +/- 0.2 degrees C Each buoy shall have the option to store averaged data on the buoy to cover any loss of communications with the shore-based receiver. The wave measurement buoy shall support measurement of wave height and period statistics, wave frequency and directional spectra with measurements reported every thirty minutes or one hour. The directional wave sensor shall be composed of accelerometers, g yroscopic rate sensors, and a flux gate compass, integrated to provide the required analysis products. Directional wave sensors shall be accurate to <=3%. The directional waves and temperatures shall be supported in temperature ranges of -30 to +60 degrees C. The wave buoy shall support sea-surface temperature measurement at a depth not to exceed 0.5 meters, with the average of the measurements reported with the wave measurements. Each buoy shall be equipped with a GPS or ARGOS watch circle alarm. Each buoy shall have a mechanism to communicate, check, verify, and debug communications and measurement setup without violating environmental seals. The entire system described above shall be deliverable to NSWCDD within 120 days after effective date of contract. Certification of sensor calibration measurements shall be required. This acquisition will be a Firm Fixed-Pric e contract. All items shall be delivered, inspected, and accepted FOB destination to NSWCDD. The solicitation number is N00178-03-R-3062; it is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12, dated 27 January 2003, and DFARS Change Notice 20021220 dated 20 December 2002. The North American Industry Classification System (NAICS) Code is 334519 with a size standard of 500 employees. The offeror shall provide a copy of any warranty applicable to the items contained in this solicitation. FAR 52.212-1, "Instructions to Offerors - Commercial Items," applies to this solicitation and is hereby incorporated by reference. In accordance with FAR 52.212-2, "Evaluation - Commercial Items (Jan 1999)," applies (a) The Government will award a contract resulting fro m this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical compliance with the Government's requirements, commercial availability of spare parts, past performance, and price. Technical compliance, commercial availability of spare parts, and past performance are approximately equal, and when combined, these three factors are three times more important than the proposed price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whe ther or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provisions at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items," with their offer. The following provisions apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions - Commercial Items," FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," subparagraphs (a), (b) 1, 11, 12, 13, 14, 15, 16, 18, 19 (iii), 24; DFAR 252.212-7000, "Offeror Representations and Certifications - Commercial Items," applies with the requirement that offeror's provide a completed copy with their offer, DFAR 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions o f Commercial Items," subparagraph (a) applicable: 52.203-3, with the following provisions of subparagraph (b) thereof indicated as applicable: 252.225-7012, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional DFARS provisions and/or clauses apply to this acquisition: 252.204-7004, Required Central Contractor Registration. This procurement is rated DO-A20. The Government will award a contract from this combined synopsis/solicitation on an all or none basis. The closing date is 14 March 2003. Anticipated award date is 14 April 2003. Pricing should be FOB Destination to the Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THIS FEDBIZOPPS NOTICE. All responsible sources may submit their quote by e-mail in Micros oft Word format to xds13@nswc.navy.mil. E-mail should reference N00178-03-R-3062.
 
Record
SN00259966-W 20030216/030214213652 (fbodaily.com)
 
Source
FedBizOpps.gov 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.