Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2005 FBO #1325
SOLICITATION NOTICE

20 -- Design and installation of a Remotely Operated Vehicle (ROV) for ocean exploration and research.

Notice Date
7/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133R-05-RP-1183
 
Response Due
8/10/2005
 
Archive Date
8/25/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Part 13, 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. Solicitation Number DG133R-05-RP-1183 is issued as a request for proposals and is solicited under full and open competition. The NAICS Code is 541330. The DOC/NOAA, Office of Oceanic and Atmospheric Research (OAR) is seeking research and design engineering and fabrication services for the NOAA scientific Remotely Operated Vehicle (ROV) system for installation on the NOAA vessel(formerly known as the U.S.N.S. Capable.) This requires the design, fabrication and installation of the ROV. The government has budgeted $3,000,000.00 for 24 months. The ROV design characteristics should support scientific missions of exploration and research similar to those already undertaken by NOAA/OAR. These include inspection and interaction with both the seafloor and the midwater environments. Intervention tasks may engage both horizontal (e.g. seafloor) and vertical (e.g. shelf walls) surfaces. Proposals should identify how their designs accommodate scientific missions. See the attached Statement of Work. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-04. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; 52.232-1, Payments; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form); and, 52.246-24, Limitation of Liability ? High ?Value Items. The proposal shall include an approach; how the work will be performed and managed, three(3) past performance citations of relevant quality work performed, and a firm fixed price in accordance with the payment schedule (see the attached Statement of Work). The evaluation factors are approach, past performance, and price, and include: 1. Design team qualifications ? demonstrated experience in the development and operation of scientific ROVs. 2. Past Performance of the base ROV design - success of earlier vehicle(s). 3. Familiarity with NOAA?s Office of Ocean Exploration (OE). Previous experience working with OE will be regarded highly as OE?s technical and operations staff expects to work closely with the ROV design team throughout the project. 4. Familiarity with the USNS Capable. As this ROV will be deployed from the new NOAA vessel (formerly USNS Capable) any technical knowledge of this vessel and its conversion process will significantly improve the ROV and the development process. 5. Quality of solution offered - the technical merits of the proposed ROV design are important. All responsible sources with the capabilities to provide the items listed above may respond to this solicitation by submitting a proposal electronically to Sandra.Shaffner@noaa.gov and in hard copy that is no longer than 25 pages, addressed to Sandy Shaffner, 1305 East West Highway, SSMC4, Suite 7144, to be received no later than Noon, August 10, 2005. Facsimiles will not be accepted. It is the offerors responsibility to confirm NOAA?s electronic receipt of proposal. The resulting award shall be made on a firm fixed price basis. The applicable terms and conditions for the resulting award are current through FAC 2005-04 of the Federal Acquisition Regulation.
 
Place of Performance
Address: 1315 East West Highway, Silver Spring, MD
Zip Code: 20910
Country: USA
 
Record
SN00844426-W 20050713/050711211735 (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.