Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2016 FBO #5276
SOURCES SOUGHT

20 -- Dynamic Positioning System

Notice Date
5/2/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
AB-133M-16-RQ-0411
 
Point of Contact
Matt Sanders, Phone: 206-526-6346, Anthony R. Buch, Phone: 206-526-6033
 
E-Mail Address
Matt.Sanders@noaa.gov, Anthony.R.Buch@noaa.gov
(Matt.Sanders@noaa.gov, Anthony.R.Buch@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources for a potential 100% set-aside for HUBZone, Service Disabled Veteran Owned, Woman Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing quotes on a Dynamic Positioning System (DPS) Replacement for NOAA vessels. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. NOAA Ships BELL M SHIMADA and PISCES are currently outfitted with Integrated Vessel Control System Dynamic Positioning systems, which were installed when the vessels were launched. Both of the vessels are powered by integrated diesel electric, 24-Pulse DC SCR Drive Systems. Each system includes two 1,150 kW (1,542 hp) propulsion motors on a common shaft for a total shaft horsepower of 3,017 HP. Each vessel is equipped with one 4.3 meter diameter fixed pitch propeller and one 720 kW (966 HP) Elliott White Gill 360 degree Bow Thruster, model 40 T3S. All ship's electrical systems including the two propulsion drives and bow thruster are powered by two 1,360 kW and two 910 kW diesel generators. Each ship has one Becker FKSR High Performance Flap Rudder. These propulsion systems have been unchanged since vessel delivery and their existing propulsion characteristics shall be used as inputs to the new DPS. The existing DPS provides four (4) local control locations on the bridge and two (2) portable stations. The primary control station has a separate back up control station as required by American Bureau Shipping (ABS). The new system shall provide four stationary (4) control stations at the same locations as the current four (4) stationary stations. The central primary station shall have a separate backup control station that meets ABS requirements. The DPS shall meet all requirements of the ABS Rules for Building and Classing Steel Vessels, 2010, Part 4, Chapter 3, Section 5 for DPS-1 Classification. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, the size standard of 1,250 employees. The intent is to make a single award to the contractor that provides the best value to the government. The following are the salient characteristics and requirements of the DPS: Four (4) stationary control stations and One (1) portable DPS station with applicable DPS specific software, including Type approved Windows 7 marine computer, software, license keys, backup media, and a single LAN interface. Shall be capable of keeping station within a watch circle of 20 meters in diameter, on best heading, in seas up to Sea State 6, wind at 30 knots, and current up to 3 knots, simultaneously. Angle between current direction and wind/wave direction from zero to 180 degrees. Low Speed Track line operations Shall contain all audio and visual alarms required for ABS certification. Modes of Operation: Built-in, fully functional Autopilot Mode Manual Thruster Control Mode Joystick Manual Mode Joystick Manual with Auto Heading Mode Auto track, Low and High Speed Modes Auto Position Mode Minimum Power Mode Simulation Trainer Mode Efficiency Mode Automatic Remotely Operated Vehicle (ROV) Mode Operator Station shall consist of the following components: Color Display: 24" thin-film transistor, liquid-crystal display (TFT-LCD), sunlight viewable, flat panel touch screen Joystick (3-axis) control Heading selector knob or similar Rapid-access buttons with status indicator lamps 250 GB solid state hard drive or larger 24x CD Drive or USB Read/Write Integrated Vertical Reference System (VRS) One Controller consisting of a minimum of a single, real-time processor, with the following inputs: Flash PROM, analog input, digital input, analog output, serial input, power supply. Uninterruptible Power Supply (UPS): Marine grade UPS for shipboard use, sized to allow for continuous operation of the DPS for a minimum of one hour; rack mountable, if possible. Installation for this system will not be part of this acquisition and will be awarded on a separate contract; however the contractor shall provide installation support to the installation contractor once installation begins. As an optional CLIN, contractor shall also provide hands-on, at-sea, and theoretical training for vessel crew. Period of Performance is estimated to be between November 2016 and January 2017 for each NOAA Ship. If your firm has an interest in proposing on this future requirement as described above, please indicate your interest, business size, and capability to provide the above requirement to Mr. Matt Sanders at matt.sanders@noaa.gov, phone 206-526-6346, and Mr. Anthony Buch at anthony.r.buch@noaa.gov, phone 206-526-6033, not later than 2:00 PM PST, May 6, 2016. NOTE: This RFI is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotations (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. In submitting a response, you are solely responsible and accountable for all of the expenses associated with your response. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any response or proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133M-16-RQ-0411/listing.html)
 
Place of Performance
Address: Marine Engineering Division, 2002 SE Marine Science Dr, Newport, Oregon, 97365, United States
Zip Code: 97365
 
Record
SN04102240-W 20160504/160502234549-5f713a41954864a81b06673e3b542cce (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.