Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SPECIAL NOTICE

J -- NOAA ship Ronald Brwon Emergency Winch RE-Spooling - Special Notice with Justification

Notice Date
1/30/2015
 
Notice Type
Special Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NMAN7200-15-00852
 
Archive Date
2/28/2015
 
Point of Contact
STACY P. HILL, Phone: 757-441-3839
 
E-Mail Address
STACY.P.HILL@NOAA.GOV
(STACY.P.HILL@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Intent to Sole Source with Justification NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT DUE TO URGENCY This is a notice of intent to negotiate a sole-source contract pursuant to the authority of 13.106-1(a)(2)(b), only one responsible source due to the urgency of the requirement, which applies when the supplies/services required by the agency are only available from one responsible source and no other type of supplies or services will satisfy agency requirements. The Government intends to negotiate a contract with Markey Machinery Company, Inc. 7266 8th Ave. S, Seattle, Washington 98108, for the National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), who has an emergency requirement for the re-spooling of a Markey Winch DESH -5 for NOAA Ship RONALD BROWN. The NOAA Ship Ronald Brown uses electromechanical cable to lower various scientific instruments over the side of their oceangoing research vessels. The cables support the instruments and provide the means for electrical signals to pass between the instruments and the vessel. It is typically called "CTD wire". An electromechanical cable is required to lower various scientific instruments over the side of an oceangoing research vessel. The cable shall be capable of safely lowering an instrument to 8,000 m water depth in the dynamic environment caused by ship and wave motion, and lowering/raising speeds of 52 m/min. Multiple conductors are required for the real time transmission of electrical data and control signals and for redundancy. The cable shall be capable of being stored under tension for five years on single drum winches to multiple layers. Resistance to crushing is required. It is expected that payloads will frequently produce loading of the cable (both static + dynamic) approaching 50% of rated breaking strength (RBS). SCOPE OR MISSION: Procure tension spooling services for new CTD wire. BACKGROUND: The failed.322 wire was installed on the NOAA Ship Ronald Brown in December 2013. During scheduled cable maintenance, the.322 EM cable from the aft winch was spooled to the pier for lubrication and inspection. Upon inspection it has been determined that the cable is unserviceable and damaged beyond any practical safe use. CASREP documentation is included with the solicitation. SCOPE OF WORK: 1)Receive existing winch drum with max. 10Km of 0.322 cable. 2)Receive spool with max. 10Km of new 0.322 cable. 3)Remove 30' sample from spool and submit for pull-testing and measurement. 4)Off-spool all cable and identify / confirm existing Lebus Shell groove pitch. 5)Evaluate pull-test results against fit to existing Lebus Shell. 6)Install the Lebus Shell on winch drum. 7)Provide tensioned on-spooling of existing cable, 0.322 x 10Km. 8)NOAA personnel provide lubrication application during tension spooling. 9)Provide crating services and prepare for return shipment. 10)Ship DESH-5 winch drum to San Diego, CA. Markey will conduct a ‘pull test' on the UNOL supplied cable to determine if it will spool properly on the Brown's winch drum and Lebus shell. If it does then the spooling service will begin. If not, then a new Lebus shell will be required and an additional cost and time delay with be incurred. Responses to this notice must be provided within three (3) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 10:00 A.M. local time, February 2, 2015. The responses may be submitted via E-mail to Stacy Hill, Contract Specialist, at stacy.p.hill@noaa.gov, with a hard copy to the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, 200 Granby Street, Suite 815, Norfolk, VA 23510.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NMAN7200-15-00852/listing.html)
 
Place of Performance
Address: 7266 8th Ave S, Seattle, Washington, 98108, United States
Zip Code: 98108
 
Record
SN03629668-W 20150201/150130235013-2227a99043d5c59a8d021963eec4b18c (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.