DOCUMENT
66 -- Acoustice Releases - SOW
- Notice Date
- 4/17/2008
- Notice Type
- SOW
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center, National Data Buoy Center, Building 1007 - Procurement Team, Stennis Space Center, Mississippi, 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NWWG9502-8-34384
- Point of Contact
- Kurt L. Weilbaecher, Phone: 228-688-2825, Marilyn A. Clark,, Phone: 228-688-2382
- E-Mail Address
-
kurt.weilbaecher@noaa.gov, marilyn.clark@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for 16 each Acoustice Releases (Model 8242XS). See below statement of work for details. This is in accordance with Federal Acquisition Regulation 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. This announcement is a Request for Quote. The reference number is QA1330-08-RQ-04187 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-03. The National Data Buoy Center intends to award a single purchase order for these items. The following Statement of Work (SOW) provides contractor information necessary to prepare bids: NDBC STANDARD SPECIFICATION FOR PROCUREMENT OF ACOUSTIC RELEASE 1.0SCOPE 1.1PURPOSE This specification contains the requirements for procuring an Acoustic Release including the compatibility requirement that the release must operate with the deck sets that are currently used for communicating with existing releases. These releases are presently used extensively for the DART program and will soon be used in a developing ocean measurement program. 1.2APPLICABLE DOCUMENTS Any ambiguity or conflict between this specification and other applicable documents shall be resolved by the following order of precedence: a)The issued contract with any amendments or modifications b)This specification c)Other applicable documents 2.0REQUIREMENTS 2.1GENERAL The acoustic release requirements and deck set compatibility requirements are covered separately below. In order to preserve operational flexibility it is critical that the acoustic release and deck set are 100% compatible with each other and with existing NDBC inventory. 2.2ACOUSTIC RELEASE 2.2.1MECHANICAL The entire acoustic release shall be comprised of single pressure housing with no external cables. The pressure housing shall act as the in-line load bearing member with a minimum working load of 10,000 lbs. The release shall not self-release under loading until at least 12,000 lbs of force are applied. The depth rating of the pressure vessel shall be at a minimum 6000m. The overall length of the instrument shall not exceed 40” and shall not weigh more than 65 lbs in salt water. Preference will be given to a design that allows easy maintenance and battery exchange. All external features for the housing including hardware/fittings shall be corrosion resistant or adequately protected from corrosion with cathodic protection for a minimum of a 3 year deployment. All external dissimilar metals shall be completely isolated from each another. Preference will be given to external hardware that is corrosion free. The release’s bottom flange must have a four bolt pattern on a 6.00 BCD sized for isolated 3/8” screws in order to ensure compatibility with existing equipment. The upper attachment point of the release shall, at a minimum, be able to be connected to an isolated 5/8” Safety Anchor Shackle (Galvanized). 2.2.2ACOUSTICS/ELECTRONICS The instrument shall have a working range of at least 10 km and respond to interrogate frequencies in the range of 9-11 kHz (as ordered). The release must be able to reply within the 7.5-15 kHz range and be adjustable in 500 Hz increments. The transducer shall have a receive sensitivity of at least 80 dB re 1 micro Pa and provide a minimum reply source of 190 dB re 1 micro Pa at 1m. The minimum pulse widths for interrogation and reply are 5 ms and 10 ms respectively. The minimum turnaround response between interrogation and response shall be 13 ms. The instrument shall respond to the following minimum commands; Enable, Disable, Release, each with a confirmation response from the instrument via a time ping-rate output. The release shall be 100% compatible with the ORE (Edgetech) 8011A & 8011M Acoustic Command Deck Sets. The Release command’s ping-rate shall be audibly (operator discernable) different from the other two commands. Each release shall have an original and unique release code. The acoustic release shall be equipped with a tilt sensor with a range of +/- 25 deg (Accuracy: +/- 5 deg) and be able to provide this information to the user during interrogation. 2.2.3POWER/BATTERIES The release shall have an easily removable welded battery pack. The capacity of the battery pack shall allow the instrument to remain deployed for a minimum of 2.5 years (150,000 replies). The battery pack shall use alkaline based cells. Vendors may present options for lithium based battery packs for longer duration deployments but these will not be a substitute for the above minimum power requirement. The instrument shall be equipped with a vent/purge plug to allow the instrument to be purged upon recovery or filled with dry gas as desired. The instrument shall be designed such that battery acid from damaged cells can not make contact with any internal aluminum components (if present) in order to reduce the potential of catastrophic hydrogen build up. Battery packs shall be labeled with shelf life dates and dates of manufacture. The vendor shall provide a quote of replacement battery packs in quantities of 1, 5, 10 and 20. 2.3DECK SET COMPATIBILITY The Acoustic Release must operate with the ORE (Edgetech) Models 8011A & 8011M Acoustic Command Deck Sets currently in use by the NDBC. 3.0 QUALITY ASSURANCE AND DELIVERABLES 3.1 QUALITY ASSURANCE/TESTING The vendor shall perform and provide proof of the following two tests (for the Acoustic Release) with results prior to delivery: a)Pressure Test: The vendor shall perform a pressure test on all Acoustic Releases to the full extent of this specification. In the event of a failure the vendor is allowed one opportunity to replace o-rings and repeat the test. Units failing this second test will not be accepted. The instrument must be held at the specified pressure for a minimum of 1 hour. b)Load Test: The vendor shall perform an in-line load test on the Acoustic Release to ensure that the instrument meets the working load criteria in the test. The instrument shall be loaded to the working load and held under load for a minimum of 5 minutes. This test shall be performed on 20% of the delivered instruments at a minimum. 3.2 TESTIMONIAL QUALITY ASSURANCE Prior to award the contractor shall provide NDBC with letters of recommendation from 4 contracts with details including number and type of units, along with contact information for the users. It is preferred to have these testimonials in applications similar to that of NDBC’s long term deployment (>2 years) in deep water (5000m). 3.3 DELIVERABLES The following items shall be provided at a minimum for each Acoustic Release that is purchased: a) Instrument including fresh internal Batteries (minimum remaining shelf life of 4 yrs) b) User Manual c) Service Kit (including at a minimum replacement seals and hardware along with necessary assembly tools) d) Ruggedized shipping container for marine applications for items a-c The following provisions and clauses apply to this acquisition: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (DEC 2003) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (Oct 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2005) 52.228-9 CARGO INSURANCE (MAY 1999) The following provisions and clauses are provided in full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acqnet.gov/far (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (only lists what applies from this clause) (5) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (26) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The NAICS Code is 334511 with a size standard of 750 employees. Quotes may be submitted electronically or via facsimile to the contacts listed in this synopsis. All quotes shall be Firm-Fixed Price and include costs for shipping (FOB Destination) to Bldg 3202, Stennis Space Center, Mississippi 39529. Some of these items may be available through GSA Federal Supply Schedules. Vendors are free to quote either GSA pricing; Open Market pricing; or a combination of both. Please note that brand names and part numbers are used in this solicitation in accordance with FAR 52.211-6 - Brand Name or Equal (Aug 1999). Any quotes offering equals to our listed items must provide information to allow the Government to make that determination. All quotes must be submitted by 4:00pm Central on Friday, May 2, 2008. Offerors may mail, fax, or e-mail quotes to the contact information below: kurt.weilbaecher@noaa.gov FAX: 228-688-3153 MAILING ADDRESS: NDBC Bldg 1007 Stennis Space Center MS 39529
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cda0adf6bef7da7bd4a859dd41461249&tab=core&_cview=1)
- Document(s)
- SOW
- File Name: SOW (AccousticReleaseSOW.doc)
- Link: https://www.fbo.gov//utils/view?id=4d333b58f6e416bbc9335a86423a003f
- Bytes: 35.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOW (AccousticReleaseSOW.doc)
- Place of Performance
- Address: National Data Buoy Center, Bldg 1007, Stennis Space Center, Mississippi, 39529, United States
- Zip Code: 39529
- Zip Code: 39529
- Record
- SN01556450-W 20080419/080417220916-cda0adf6bef7da7bd4a859dd41461249 (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 |