SOURCES SOUGHT
58 -- Mini Remote Operated Vehicle (ROV)
- Notice Date
- 7/10/2017
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R17PS01099
- Archive Date
- 8/1/2017
- Point of Contact
- Myra Cordero, Phone: (928) 343-8134
- E-Mail Address
-
mcordero@usbr.gov
(mcordero@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is solely for information and planning purposes and does not constitute a Request for Quotes (RFQ) or a promise to issue an RFQ in the future. No formal solicitation for this work exists at this time. All qualified Contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. We encourage all Small Business' to respond. The Government will not award a contract based upon Contractor responses to this announcement. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice The Bureau of Reclamation, Lower Colorado Region, has a requirement for a Mini Remote Operated Vehicle (ROV). The new ROV will be used to complete inspections of dams, canals and other water delivery structures. The ROV will be also be used to complete pre inspections before divers are deployed. Contractors shall deliver a Mini ROV with the following characteristics: • Vehicle depth rated for depth of 1000 feet of fresh water • ROV dry weight no more than 60 pounds • Buoyancy neutral in fresh water • Variable speed, brushed thrusters at least 2 forward/reverse, 2 lateral, and 2 vertical); thruster range at least 40 pounds/foot (lb/ft) for forward, 30 (lb/ft) lateral and 15 (lb/ft) vertical • Main color camera mounted front of vehicle - camera specs to included: 180 degree rotating (tilt) camera chassis with 65 or more degree field of view • Secondary camera - mounted rear view vehicle, low light black and white camera • Video format for both cameras with NTSC format • Dual LED (light emitting diode) lighting arrays - at least 1,000 Lumen each with variable intensity controlled by operator via control console - tracking forward camera; Manipulator Arm (jaw grabber) • Sonar (see below for spec) and attachment for sonar • Deployment/Retrieval sheave 10 inch with motorized davit assembly • Protective bumper frame (crash frame) • 2 year manufacture's limited warranty • Transit Case for commercial transport Integrated Control Console (ICC) Specs, to include but not limited to: • Case for commercial transport • At least a 20 inch monitor readable in sunlight with 1920 by 1080 resolution • On screen navigation, including heading, depth, trim, temperature, turns counter, time, date, user text inputs. • Hand controller wired with these features - joystick with 32 positions, camera tilt, light control, auto heading, thruster gain control, trim, auto depth, video overlay position • Integrated Windows PC with Intel I7 7th generation CPU, 8+ GB of RAM and at least 256 GB SSD hard drive with integrated graphics card capable of handling dual camera and sonar images. • Digital video recording capability via integrated hard drive • Waterproof keyboard • Shade hood for monitor • Surface power supply - User option to select 110 or 240 VAC US input voltage and up to 3000 Watts peak power • Power safety to include Isolated input power, circuit breaker, line insulation monitor, leak detector. • Splash proof (I.P. 64 spec) Umbilical Specs to include but not limited to: • A minimum of 800 feet umbilical with connectors and strain relief with minimum breaking strength of at least 1,500 ft/lb pounds and working load of at least 200 ft/lb. • Heavy duty umbilical reel with slip ring • ROV, umbilical and control console are equipped to accept additional data and control signals. • Umbilical set up for optional sonar equipment • Buoyancy neutral in fresh water • Case for commercial transport Sonar Specs to include but not limited to: • Operable at 900kHZ, 2.25 MHz and simultaneously • Mountable to vehicle, compact size • Not affected by motion at low speeds (under 7 knots) • Provides medium range navigation • Provides both medium and ultra-short range imaging • Windows based software integrated with ICC And spare parts. The Capability Statement for this sources sought notice is not expected to be a response to an RFQ, nor does it restrict the Government to an ultimate acquisition approach. Interested parties should include the following information in their Capability Statement, a Cover Page response: (a) Company name, address, Point of Contact name and email address; (b) Small Business size classification based on NAICS Code for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, 334511 and associated size standard of 1,250 employees, the socioeconomic classification (e.g. 8(a), HubZone, Veteran Owned, Woman Owned, etc.); (c) Information that demonstrates that your company can provide (manufacturer) a mini ROV to meet the characteristics listed above and any known exceptions; (d) A positive statement of your intention to submit a response/quote for this requirement once a Request for Quotation (RFQ) is processed; and (e) if you are not a manufacturer indicate if you are an authorized distributor or reseller. Provide a list of three recent contracts for the same/similar item. List the company name, brief description of product (ROV), and dollar value of the product (ROV). Submit a capability statement on or before Monday, July 17, 2017, 5:00 p.m., EDT, via email to Myra Cordero, Contract Specialist, at mcordero@usbr.gov The information provided in this announcement is the only information the Government has available at this time. There is no RFQ package, or source lists available. Questions concerning the sources sought should reference number R17PS01099 and be directed to Myra Cordero by email at mcordero@usbr.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c73293cbbc1a4d8e82f86eaeba8b4a56)
- Record
- SN04572192-W 20170712/170710234600-c73293cbbc1a4d8e82f86eaeba8b4a56 (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 |