Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2008 FBO #2565
SOLICITATION NOTICE

20 -- Remotely Operated Vehicle (ROV)

Notice Date
12/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112519 — Other Aquaculture
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
 
ZIP Code
60604
 
Solicitation Number
PR-IL-09-00028
 
Archive Date
1/1/2009
 
Point of Contact
Donald Anderson,, Phone: (312) 886-7159, Nadine Kijak,, Phone: (312) 886-6581
 
E-Mail Address
anderson.donald@epa.gov, kijak.nadine@epa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures at FAR Part 13 are being used. Any resultant contract will be Firm Fixed Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-27. The acquisition will be processed as full and open competition. The associated NAICS code is 112519 – Other Aquaculture. The U.S. EPA, Region 5, Great Lakes National Program Office (GLNPO), 77 W. Jackson Blvd., Chicago IL has a requirement for a Remotely Operated Vehicle (ROV). The ROV will be used as a sampling and data gathering tool in support of the GLNPO mission. The ROV will be used to investigate many of the underwater habitat features discovered during use of towed side scan sonar. These habitat surveys will be mainly in the nearshore areas at the best operating depth of the ROV. While the side scan sonar gives GLNPO the ability to find and map large habitat features, a visual inspection performed with the camera and lights of the ROV will be essential to determining smaller habitat characteristics. The ROV will be used to sample the benthos (small plants and animals living on the lake bottom). This will include video censusing of larger areas of the bottom than are feasible to explore with sediment samplers operated from the ship. Another use of the ROV will be in ship maintenance The ROV will be used for routine inspections of the ship’s hull to ensure its integrity and to investigate the extent of fouling (attached animals/plants) of the hull: this leads to bringing invasive species from one lake to another on the hull. The ROV will also be put into service in case of problems with the Research Vessel Lake Guardian below the waterline, including problems with the propellers, rudder, sea chest intake, bow thruster, etc. The ROV is required to be two-person-deployable and weigh no more than 90 - 100 lbs. in air. In order to be used on small boats and operated by two individuals, the ROV’s body dimensions must be no more than 765mm long, 560mm wide, and 460mm high. The ROV will be operated in a diverse set of depths and environments and therefore must be able to function to a maximum working depth of at least 150-meters. For site investigations, habitat structure documentation and benthic biological community documentation purposes the ROV is required to have two video cameras. The first video camera is required to be color with at least 570 lines of horizontal resolution and a Lux level of at least 0.3. The color video camera must have a tilt range of 180 degrees and have at least a 270 degrees range of view. The color camera is required to have a 50 watt (min.) quartz halogen light with variable intensity that is capable of tracking the camera. The second video camera is required to be black and white with at least 430 lines of horizontal resolution and a Lux level of approximately 0.03 for low light site investigations. The video output for both cameras must be NTSC. The vendor is required to provide an integrated control console that operates on a maximum of 650-800 watts with video monitor in a waterproof case. The control console must also incorporate an integrated hand controller with joystick that controls the ROV’s forward, reverse, rotate, and lateral movements as well as additional controls for vertical thrusters, thruster gain, trim, auto heading, auto depth, camera tilt, camera focus, lights on/off, light intensity, video overlay, and accessories. The vendor is required to supply an ROV with brushless thrusters. Each brushless thruster must have a thrust of no less than 0.30 horsepower each, and the ROV must be capable of a forward momentum of at least 3 knots to operate in strong currents. The vendor is also required to supply one spare brushless thruster. The vendor must supply an external lighting system to be mounted on the ROV to provide light when in poor visibility environments. In order to operate the vehicle in strong current and to avoid an undue amount of in-water drag the vendor is required to provide a 150-meter umbilical with a diameter of no more than 13mm. The umbilical is required to be neutrally weighted in fresh water. The vendor is required to provide an umbilical reel for the 150-meter umbilical cable. The umbilical reel must be fitted with a slip ring housed in a weatherproof housing. The vendor must also provide a scanning sonar and software for long range image capture and low visibility image capture to locate targets, range to object and object avoidance, as well as for navigation. The scanning sonar must have a minimum range of 80 meters and a 360 degree field of view. The vendor must provide software with the following features: a. Scan sector setup b. Scan speed c. Zoom d. Recording of image e. Image measurement Minimum requirements are: (1) 300 Meter depth rating. (2) Manually deployable, a lightweight system that could be utilized on a small craft as well as the R/V Lake Guardian. (3) A storage system whose entire package can be conveniently stowed aboard the ship. (4) A rugged housed ROV that can take incidental abuse. (5) Functionality for location & retrieval of objects, including: a. An articulated arm with wrist rotation as well as claw. b. Forward & Side Scanning Sonar of 200 meter range. Submit a price on the following specific Line Item(s) or Equivalent: 1. ROV System 2. Scanning Sonar 3. 2 Function Manipulator with recovery line attachment 4. Comprehensive Spares Kit with spare thruster 5. Transit Cases for ROV 6. Manual Cable Reel with slip ring and 25’ deck cable 7. Training The contractor must: (1) Provide one-year warranty or the standard commercial warrantee. (2) Supply written operation and technical manuals as well as software. (3) Delivery and acceptance FOB Destination. Delivery is desired by 03/31/09. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) Technical. Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Consideration will be given to quotes that exceed the stated minimum requirements. (2) Price. Technical is of greater importance when compared to Price. The offeror must complete and submit with its quote, FAR 52.212-3 Offers Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000); (3) 52.219-14, Limitations on Subcontracting (DEC 1996); (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 Equal Opportunity (APR 2002); (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998); (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999). CCR Requirement: Potential offerors must be registered in the Central Contractor Registration (CCR). If an offeror is not registered in CCR, the offeror may do so by going to the CCR web site at: http://www.ccr.gov. Responses or inquiries to this posting must be sent via e-mail to: Donald Anderson, Contract Specialist, Phone 312-886-7159, e-mail: anderson.donald@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b8b4713ea1557ae1e375149ef775c10&tab=core&_cview=1)
 
Place of Performance
Address: USEPA Region 5, 77 West Jackson Blvd., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN01712310-W 20081204/081202215416-2b8b4713ea1557ae1e375149ef775c10 (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.