Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SPECIAL NOTICE

58 -- Notice of Intent to Sole Source.

Notice Date
7/13/2011
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-11-T-0038
 
Archive Date
10/11/2011
 
Point of Contact
Amy Hamilton, 9042323738
 
E-Mail Address
USACE District, Jacksonville
(amy.l.hamilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: US Army Corps of Engineers, Jacksonville District, CESAJ-CT-S, Prudential Office Building, 701 San Marco Boulevard, Jacksonville, FL 32207-8175. Description THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The US Army Corps of Engineers, Jacksonville District, intends to negotiate and award a purchase order on a noncompetitive basis in accordance with FAR 6.302-1(a) (2) (ii). Only one responsible source and no other supplies or services will satisfy agency requirements. We intend on purchasing from L-3 Klein, Klein Associates Inc, 11 Klein Drive, Salem, NH 03079. They will provide (1) Klein System 3900 dual frequency side scan sonar Towfish package complete with laptop and accessories. The model is a selectable dual-frequency system with 445 kHz and 900 kHz. The unit shall have the capability of being configured to be operated by one man from a small boat in shallow water. The standard system configuration shall come complete with one (1) splash proof Transceiver Processing Unit (TPU) and 50 meters (m) of tow cable. The electronics of the unit shall be housed in a stainless steel body with phosphorescent finishing. The unit shall come with a custom-configured laptop compatible with both wireless and LAN. The system shall be a turnkey system ready for field use. The Klein System 3900 dual-frequency side scan sonar Towfish shall have the following specifications: beam width of 0.21 at 900 kHz and 0.21 at 445 kHz for horizontal, beam width of 40 for vertical; 11 range scale settings from 10 to 200 m; maximum range of 150 m at 445 kHz, maximum range of 50 m at 900 kHz; standard depth rating of 200 m; constructed of stainless steel with fluorescent powder coating; length of 122 cm and diameter of 8.9 cm; weight of 29 kg in air; include internal roll, pitch, and heading sensors; include optional pressure sensor. The accompanying splash proof Transceiver Processor Unit (TPU) shall have the following specifications: operating system VxWorks; outputs: 100BaseTx, ethernet LAN, optional wireless; navigation input: NMEA 0183; power: 120 watts at 120/240 VAC, 50/60 Hz (includes towfish); ability to interface with all major sonar data processors; splash proof with waterproof connectors. The Klein Sonar Workstation shall have the following specifications: Windows XP as basic operating system; Sonar Pro sonar software; SDF or XTF or both data formats. The tow cable shall be a lightweight 50 meter (m) cable. In addition to the tow cable that comes with the package, the bidder will provide (1) one additional 50 m tow cable of equal quality. An award to any other source would affect the U S Army Corps of Engineers ability to provide the technical information required, and would not provide any cost savings to the Government. Hydrographic Survey Section (OD-NH) has built their existing side scan sonar surveying system using products and parts from Klein. The items being procured in this contract are upgrades to existing equipment. Key team players in both Planning and Operations Divisions have received formal training with Klein. If another brand was used, then both Divisions would have to invest in retraining their personnel to use other equipment, and the money already invested in their training with Klein would be wasted. Additionally, the brand in this contract meets the requirements of other Federal and State agencies. It is possible that external agencies will not accept survey products produced by lesser known manufacturers. The surveys produced are used in research, and are actively compared to both historical and recent data. Due to the analytical nature of comparing qualitative and quantitative renditions of sea bottom characteristics, minimizing variables in the study are critical. Since this District has already developed an archive of surveys produced by Klein products, for comparability purposes, it is important to keep using the same brand of equipment. This Notice of Intent is not a request for proposals. Information received from interested parties will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall be submitted by e-mail to Amy Hamilton, (904) 232-3738, amy.l.hamilton@usace.army.mil by Friday, 22 July 2011 at 12:00 p.m. EST. Point of Contact Amy Hamilton, Procurement Technician, Telephone No. (904) 232-3738, E-mail: amy.l.hamilton@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-T-0038/listing.html)
 
Record
SN02498063-W 20110715/110713235704-afc0e734d4741891f6fc84c0bc11730f (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.