Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2010 FBO #3268
SOLICITATION NOTICE

19 -- RESON Multi-Beam 7125 System Service Repair for NOAA Ship THOMAS JEFFERSON.

Notice Date
11/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-11-RQ-0048
 
Archive Date
11/23/2010
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. The Request for Quotation (RFQ) number is EA133M-11-RQ-0048, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-46. The U.S. Dept of Commerce, NOAA Ship Thomas Jefferson, Marine Operations Center, Atlantic, 439 West York Street, Norfolk, Virginia has a requirement for RESON Muti-Beam 7125 System Service Repair in accordance with the following Statement of Work. NOAA Ship Thomas Jefferson RESON MULTIBEAM 715 Systems Repairs 1. Scope. This detail specification contains the requirement for providing labor and materials to perform the repairs on RESON Multibeam 7125 System. 2. References. None 3. Government Furnished Equipment. None 4. Requirements. 4.1. All work is scheduled to be performed at Contractor's facility 4.2. All modifications, repairs and replacements shall be accomplished in accordance with RESON's Multibeam 7125 system specifications (see paragraph 6). 4.3. Replace a 400kHz, 1 degree Projector. The existing Projector has severe damage due to water intrusion and corrosion of internal working of Projector. The cause of the Projector failure is also due to the oil dispersants used to bonding agent and used to securing the Polyurethane to the titanium. 4.4. Replace the Receiver Assembly and the Array Bulkhead connector. The Receiver Assembly needs to be replaced due to the de-bonding of the Polyurethane from the titanium. This is caused by the damage from the oil dispersants used to bonding agent and used to securing the Polyurethane to the titanium. The Array Bulkhead connector has a broken strap that secures the cable. 4.5. The Multibeam system shall be fully operational. 4.6. Provide detailed service reports including Conductivity, Hydrophone Directivity and Sensitivity, and system operational test and evaluation reports. 4.7. Provide twelve (12) months of the service warranty on parts and labor. 5. Quality Assurance. Perform overall system operational test and evaluation. 6. Note. 6.1. RESON 7125 Multibeam System specifications: - Capability of choosing 200 or 400 kHz frequency with only one sonar head. - 0.5 deg. X 1.0 deg. Beam angles at 400 kHz. - 1.0 deg x 2.0 deg. Beam angles at 400 kHz. - 256 dynamically focused beams. - Dynamic focusing on every beam. - 50 Hz update rate (per unit). - Capable of meeting IHO SP44 Object Detection Requirement (@40m WD). - Side lobe suppression -25 dB or better with separate discrete transmitter and receiver electronics. - Integrated software capability in the sonar processor. - Full array calibration option with output corrected for ceramic characteristics, electronics TVG and other signal processing steps. - Raw beam and element data recording capability within the sonar processor - A receiver bandwidth of 30 kHz provides unprecedented range resolution and complements the narrow beam, thus providing the user with ultimate data quality and resolution. - Bottom Detection: The special bottom detection algorithm uses a combination of center-of energy and phase-zero-crossing algorithms to detect the bottom in each individual beam with the highest possible accuracy. - Pulse length: 10 to 200 microseconds - Real-Time QC Display: The SeaBat 7125 generates a real-time display with an intensity image on a high resolution 19" LCD monitor. Overlaid on this intensity image is the bottom detection display, giving the operator an excellent QC tool. 6.2. The following is the manufacturer and name plate data on the Multibeam system: RESON Inc. 100 Lopez Road Goleta, CA 93117 USA Tel: +1-805-964-6260 Fax: +1-805-964-7537 E-mail: sales@reson.com Model - SeaBat 7125 Type - Multibeam Echosounders Frequency (kHz) - 200/400kHz Typical Depth/Range - 0. 5m - 500m Depth Rating - 50m to 6000m Swath Angle - 140º Delivery is required F.O.B. Destination to NOAA, NOAA Ship Thomas Jefferson, Marine Operations Center, Atlantic, 439 West York Street, Norfolk, Virginia during the period December 1, 2010 through December 30, 2010. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. November 8, 2010; Vendors must be OEM certified; any award resulting from this RFQ will be made based on the lowest price, and technically acceptable quote. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Robin@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the Debt Collection Improvement Act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is J020 and the NAICS Code is 334511, small business size standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (OCT 2010) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) and the Addenda included herein apply. The following additional terms and conditions apply and are incorporated by reference: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74 ORIGANIZATIONAL CONFLICT OF INTEREST (APR 2010) The following clauses are provided in full text: 1352.201-71 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (APR 2010) (a) To be determined at time of award is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010) applies, and the following additional FAR clauses cited in the clause at paragraphs (b) and (c) are applicable to this acquisition: Paragraph b (9) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (32) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (35) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Paragraph c (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) Electronics Technician III, WG-10, $21.03 Hr (3) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-11-RQ-0048/listing.html)
 
Record
SN02321913-W 20101105/101103234122-df66b52876b1e2b3aa50c3a2c905b7ab (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.