MODIFICATION
52 -- Autonomous Underwater Vehicle
- Notice Date
- 7/11/2003
- Notice Type
- Modification
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-03-RP-0090
- Response Due
- 7/16/2003
- Archive Date
- 10/16/2003
- Point of Contact
- Stephanie Kyles, Contract Specialist, Phone (206)526-4425, Fax (206)526-6025,
- E-Mail Address
-
stephanie.m.kyles@noaa.gov
- Description
- ***** This amendment serves to change the AUV delivery date to March 1, 2003. The following statement of work replaces the original statement of work in its entirety. The Contractor shall furnish the necessary personnel, materials, equipment, services, and facilities to provide an autonomous underwater vehicle (AUV) that includes fisheries-specific instrumentation including: 1) a single-frequency 38 kHz split-beam scientific echo sounder and transducer with 12 degree beam width or narrower; 2) a 300 kHz acoustic Doppler current profiler; 3) a conductivity-temperature-depth sensor; and 4) and a stereo digital color camera system (still or video). The integrated AUV system must be turnkey and meet the following specifications: 1. The AUV must be easily lifted by two people, deployable from a small-craft or from shore, and therefore must be small (less than 0.324 m in diameter and 2.5 m in length), and light (less than 100 kg in air). 2. The AUV must be able to swim at speeds from 2 to over 10 knots and have a mission duration in excess of 20 hours swimming at 2.2 kts and 6 hours swimming at 5 kts while powered by lead-acid gel cell batteries. 3. The AUV must be able to control speed to within 0.5% of the target speed, hold course to within 1 degree of the planned bearing, and hold depth to an accuracy of ? 2.5 cm. 4. The AUV must be able to accurately execute missions in excess of 40 n.mi. completely autonomously. 5. The AUV must be powered by lead-acid batteries or alternative rechargeable source. The battery packs must be easily changeable for rapid redeployment of the AUV and must also be rechargeable while installed in the AUV and when removed from the AUV. A suitable battery charger is to be provided that can completely charge a battery pack in less than six hours. At least two rechargeable battery packs must be provided with the AUV. Additionally, alkaline battery packs or alternative energy packs must be a provided option to allow missions exceeding 96 hours at 2.2 kts. 6. The AUV must include fisheries instrumentation including a single-frequency 38 kHz split-beam scientific echo sounder (eg. Simrad EK60) and transducer with 12 degree or narrower beamwidth (eg. Simrad ES38-12), a 300 kHz acoustic Doppler current profiler (eg. RDI Workhorse), a conductivity-temperature-depth sensor (eg. Seabird SBE 37si MicroCat), and a stereo digital color still or video camera system (eg. twin Sony DSC U20). The echo sounder transducer and the camera system must be "looking" in the same direction. The standard "look" direction is down, but must be variable for side- and up-looking configurations. Alternative instrumentation with equivalent or superior specifications may be substituted with consent of the government. 7. The AUV must be modular in design allowing simple assembly and disassembly and be comprised mainly of commercial off-the-shelf components. 8. All of the source code for the AUV's instrumentation control and navigation software, and detailed schematics of all electronic circuits must be provided to enable field troubleshooting. A troubleshooting guide is required. 9. The modular hull sections must be lightweight and constructed of materials immune or highly resistant to corrosion. All pressure containers must be sealed with o-rings. 10. The vehicle must accommodate a modular payload of up to 1 m in length, 0.324 m in diameter, and 25 kg weight, and associated vehicle lengthening, without appreciable reductions in the operational speed and duration. The aforementioned fisheries specific equipment can be included in this payload. 11. The AUV must have a maximum operational depth of at least 150 m (preferably 300m or greater). 12. The AUV must be fully operational in water temperatures ranging from -1.6?C to 35?C and remain unharmed for storage, and operational for testing in air temperatures ranging from -10?C to 45?C. The AUV must be tolerant of icing and thermal shock encountered when deploying in Polar Regions. 13. A 10/100 Ethernet connection to the central processing computer must be externally available through an underwater connector. 14. A graphical user interface (GUI) must be provided for planning of safe mission waypoints and to monitor the mission progress. The navigation planning and monitoring must be facilitated with electronic charting software that allows input and explicitly accounts for magnetic variation. 15. The AUV must be capable of remotely accepting mission plans and updates from a computer located greater than 1 n.mi. away. The AUV must be capable of telemetering positional information and scientific data to the remote computer. 16. The AUV operations must be independent of acoustic positioning systems. 17. When the AUV is transiting underwater between waypoints, navigation is to be performed using dead-reckoning algorithms or preferably via an inertial navigation system. Dead reckoning is to be performed using algorithms that compensate for currents and account for intermittent GPS updates. 18. While the AUV is at the surface, geographic position is to be measurable using WAAS-enabled or differential GPS. 19. The AUV must be able to acquire GPS updates in sea states up to Beaufort 5. 20. Acoustic Doppler estimates of velocities are to be used for estimating and compensating for vehicle set and drift by currents. Heading information must be provided by a flux-gate or gyro compass; depth is to be monitored by a pressure sensor; height over the seafloor is to be monitored by an acoustic altimeter; and propeller rotation rate is to be monitored using a Hall effect tachometer. 21. The AUV package must include rugged shipping containers for all components. 22. The AUV package must include a corrosion-resistant equipment stand that supports the AUV during setup, maintenance, and troubleshooting activities, and for secure storage on the deck of a ship. 23. The AUV package must include an expendable items spares kit for field repairs (connectors, o-rings, wiring harnesses, replacement fins or shrouds if easily damaged during deployment and recovery operations, etc.), and include a complete parts list of all commercial off-the shelf and custom AUV components. A list of part numbers and pricing must be included for all custom AUV components. 24. AUV demonstrations by candidate Contractors must be organized and conducted by the candidate Contractors, in coordination with the government representatives, before 13 September 2003. For these demonstrations, the AUVs, minus the fisheries-specific instrumentation package, must be demonstrated to conform to specifications. The results of the demonstrations will be used in the evaluation process. Offerors will be rated on a pass/fail basis dependent upon either performance of the AUV or non performance of the AUV. For these demonstrations, only the costs associated with the government representatives' meals, incidental expenses, lodging, and the transportation will be incurred by the government. All other costs of the demonstrations are to be incurred by the candidate Contractors. 25. DELIVERY DATE: The AUV must be delivered no later than March 1, 2004. Post-award AUV on-site services shall include training on all AUV hardware and software systems, and successful sea trials to be conducted off the coast of San Diego, California. The date for sea trials and acceptance tests will be negotiated at the time of award. Acceptance tests will include two- and three-person deployments from both the shore and from a 19 foot skiff, respectively. System integrations and testing shall include the complete AUV system, including all of the requisite fisheries instrumentation (echo sounder, ADCP, CTD, and stereo camera. 26. The operational performance and specification compliance of the candidate AUV must be fully demonstrated to NOAA Fisheries prior to acceptance of the AUV and associated payment in full. 27. Past Performance: For evaluation purposes, Offerors must submit a list of 2-3 previous contracts performed of this nature within the past five years. Offerors shall include the name of the company, contact name and phone number, original and final contract value, date of award and contract completion date. Evaluation criteria is amended as follows: FAR 52.212-2, Evaluation-Commercial Items, Technical quality of the contractor's proposal is considered to be substantially more important than price. The following factors are listed in descending order of importance. Factors 1 and 2 are of equal value and more important than 3 and 4 which are also of equal value. 1.AUV size, weight, deployment duration, delivery schedule and preaward demonstrations. Offerors who offer an earlier delivery date will receive more credit for evaluation purposes. 2. Past performance. 3. Integration of fisheries instrumentation (echo sounder, ADCP, CTD, and stereo camera). 4. Navigational accuracy and precision, and ease of programming. 5.Use of commercial off-the-shelf components, and provision of all software source code and electronics schematics. This is a best value requirement. Award will be made to the Offeror who conforms to the solicitation requirements and whose proposal is judged by an integrated assessment of price and the other evaluation factors listed above. The Government will use a best value trade off process to determine which offer is in the best interest of the Government.
- Record
- SN00369487-W 20030713/030711213350 (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 |