Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2006 FBO #1704
SOLICITATION NOTICE

66 -- FURNISH AND DELIVER A LARGE-SCALE TRANSPORT FACILITY (LSTF) BEACH PROFILING INSTRUMENT.

Notice Date
7/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-0036
 
Response Due
8/1/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. A more detailed solicitation is available on Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/. Solicitation Number W912HZ-06-T-0036 is being issued as a request for quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-11. THIS PROCUREMENT IS 100% SMALL BUSINESS SET-ASIDE AND ISSUED UNDER NAICS CODE 334511 (SIC 3679) WITH A SIZE STANDARD OF 750 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This proc urement may be quoted as follows: Line Item 0001 Supplies/Services: Furnish and Deliver a Large-Scale Transport Facility (LSTF) Beach Profiling Instrument in accordance with attached scope of work Quantity: 1, Unit: Lump Sum, Unit Price $ ___________; Tota l amount for Line Item 0001 $____________. Award shall be made to the responsive and responsible offeror whose quote is determined to be the lowest price. The U. S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) has a requiremen t for a Large-scale Sediment Transport Facility (LSTF) Beach Profiling Instrument. The LSTF is a 30 m by 50 m by 1.4 m basin that was constructed to reproduce surf zone processes found on long beaches at a relatively large scale. Research being conducted in the LSTF is leading to improved methods for estimating surf zone sediment transport. The facility contains wave generators, a recirculation system, a sand beach, an automated instrumentation bridge, and a suite of instruments to measure wave heights, cu rrents, and transported sediment. The LSTF sand beach is approximately 18 m wide by 30 m long, with depths up to 1.0 m. One of the essential requirements of all experiments in the facility is the ability to rapidly survey the beach to quantify local depths , beach profile evolution, ripple formation, and changes in bathymetry due to structures. Draining and filling of water into a facility the size of the LSTF requires two days and can destroy beach features. Therefore, it is necessary to survey the beach wi th water in the LSTF. The instrumentation bridge includes a motorized carriage that traverses in the cross-shore direction, which is available to mount a survey instrument weighing less than 10 lbs. The cross-shore carriage operates at 10 cm/s and the requ ired cross-shore resolution of depth measurements is 0.5 cm. The bridge traverses in the longshore direction and is stationary while the cross-shore motor is operating. Longshore resolution of beach profiles varies depending on research being performed. T he finest resolution that has been required to date is 25 cm, but future research needs may justify finer resolution. To reduce the number of cross-shore passes of the profiler to meet the longshore resolution requirements, the instrument should be capable of obtaining depths over a total longshore length of 25 cm in a single pass. Within the 25 cm swath, at least eight, equally-spaced sensors are required. Additionally, a variable spacing of sensors may be required in some research applications. The instr ument should have the provision to adjust the spacing of at least 4 sensors over a 25 cm longshore swath for meeting specific research needs. If necessary, the variable-spaced sensors may be provided as a separate attachment to the instrument. The instrum ent would be required to operate in an extreme environment. The LSTF is located in a shelter and, while protected against rain, it is subjected to heat, cold and humidity. The instrument must be able to operate in ambient temperatures ranging from 20 deg F to in excess of 100 deg F, and humidity greater than 90 percent. Lastly, the servomotors that operate the wave generators, bridge and cross-shore motor generat e electronic noise. The instrument should have the capability to operate with DC power or otherwise immune to electronic noise associated with existing equipment. The beach profiler provided by the vendor should meet the following requirements: a. Capability of obtaining measurements underwater at depths between 5 cm and 100 cm with accuracy within 0.2 cm. b. An instrument capable of sampling at 20 Hz to meet the cross-shore resolution of 0.5 cm. c. The ability to capture depths spaced 25 cm apart in a single swath and the ability to collect measurements within the 25 cm swath. Additionally, at least 4 sensors with adjustable spacing are required to meet specific research needs. d. The survey instrument should not involve direct contact with the bottom to avoid altering ripples or bed forms. e. Output in ASCII format with RS232 connection. f. Capability to operate on DC power or otherwise immune to electronic noise associated with existing equipment. g. Weight less than 10 lbs. h. Ability to operate and provide accurate measurements in ambient temperatures ranging from 20 deg F to in excess of 100 deg F, and humidity greater than 90 percent. i. Delivery of the product that meets all requirements within 60 days of awarding of contract. Following delivery, acceptance testing will be performed and compared to rod surveys of the LSTF beach. These specifications are available at Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/ or https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912HZ-06-T-0036. FAR Provision 52.212-1, Instruct ions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condit ions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. If you are not registered in the CCR, an award CANNOT be made to yo ur company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 1 Aug 2006 not later than 2:00 p.m. at the Vicksburg Consolidated Contracting Office, ATTN: D emetric T. Erwin, 4155 Clay Street, Vicksburg, Mississippi 39183-3435, at (601)631-5951. Offerors should check the FEDTEDS Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. This procurement is 100% set-aside for small busi ness concerns.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01097505-W 20060727/060725221147 (fbodaily.com)
 
Source
FedBizOpps 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.