Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

66 -- DESIGN AND BUILD SIX OCEANOGRAPHIC MOORINGS -- CORRECTION

Notice Date
June 11, 2001
Contracting Office
U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division, Contracts Branch B WC32, 7600 Sand Point Way NE, Seattle, WA 98115-6349
ZIP Code
98115-6349
Solicitation Number
52ABNF100085
Response Due
June 15, 2001
Point of Contact
Abram Vinikoor, voice: (206)526-4395 or fax: (206)526-6025.
E-Mail Address
Click here to contact Contract Specialist via email. (Abram.L.Vinikoor@noaa.gov)
Description
CORRECTION TO NOTICE PUBLISHED JUNE 6, 2001 (W-157 SN50O1K0). This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Proposals No. 52ABNF100085. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. The National Marine Fisheries Service (NMFS) Honolulu Laboratory has an urgent requirement for the design and fabrication of six complete oceanographic mooring systems to be deployed in the sheltered waters of island lagoons for 12 months in support of the Honolulu Laboratory Coral Reef Ecosystem Investigation (CREI). The purpose of the data gathered will be to monitor in near real-time oceanographic and meteorological conditions of the six coral reef atolls of the Northwestern Hawaiian Islands (NWHI). Specifically, the six moorings will be deployed at French Frigate Shoals (23-52'N, 166-14'W), Maro Reef (25-26'N, 170-38'W), Lisianksi Island/Neva Shoals (26-01'N, 173-57'N), Pearl and Hermes Atoll (27-52'N, 175-50'W), Midway Atoll (28-14'N, 177-22'W), and Kure Atoll (28-25'N, 178-20'W). The systems will be deployed by CREI program personnel on a cruise on the NOAA Ship TOWNSEND CROMWELL that will depart Honolulu, Hawaii on September 11, 2001. The vendor will not participate in the deployments, but will prepare and test all equipment and develop the methodologies for the at-sea operations. The vendor will provide six complete mooring systems. Each mooring system will include a buoy, mooring line, hardware, anchor, data logger, transmitter, and a battery/power system. The systems will be small and light enough to be easily towed from the ship into the island lagoons and deployed with the use of small boats (5-7 m). The water depths for the deployments will be between 7 and 20 meters. The drafts during towing to deployment sites must be less than 2 meters due to shallow reef passes. Although each of the moorings will be deployed in relatively protected lagoonal waters, they must be capable of withstanding climatological weather and sea conditions for the duration of the deployments. Winds in these areas are typically moderate to strong with mean wind speeds of about 8-10 m/s. During storm events, much higher wind speeds are expected (>25 m/s). The tidal range in these areas is expected to be about 1 m. It is possible that storm surges could elevate these ranges. Although the moorings will be deployed inside the atoll lagoon, and away from any potential breaking waves, the moorings are likely to experience potentially strong tidal currents, surges, or currents associated with wave run-up over the reef. The buoys must be anchored in a manner that will not drag any line or chain on the bottom or cause excessive damage to the seafloor. The major mooring system components (buoy, data logger, transmitter, etc.) should be re-useable for multiple one-year deployments with routine maintenance and refurbishment between deployments. The basic mooring systems hardware for each of the six systems will be similar, except for slight differences based on water depths. However, two sensor configurations will be needed: one for places where there will be people to attend to cleaning or changing sensors (2 each), the others will be deployed and recovered after one year with no visitors (4 each). Sensors will be sampled on nominal hourly schedules and all data possible will be transmitted via several ARGOS buffers daily. (The Government will provide ARGOS IDs and will cover those costs.) All data will be backed up in onboard memory in the buoy data logger. Subsurface sensors will be attached to the buoy at a depth of 0.5 1 meter below the surface and will be subjected to heavy marine fouling. The vendor must make a viable effort to assure data quality is not compromised. The PAR and the UVB sensors should be mounted to minimize shading from the buoy. At the 2 stations where support is available, the systems must be designed to accommodate intervention for sensor maintenance. The vendor will provide recommendations and supplies for this activity. Additionally, the buoy platform and sensors should be designed to minimize the posting of marine birds and the attendant degradation. CONTRACT LINE ITEMS: CLIN 0001 -- Design and Fabricate two complete mooring systems as described above with (1) Wind speed and direction (R.M. Young, or technical equivalent, Range: 0-40 m/sec, Resolution: 0.5 m/sec, accuracy: 1 m/sec, 5 , Data: Vector averaged at 1Hz for 2 min/hr (min)); (2) Air temperature (with radiation shield, Range: 10 -- 35 C, Resolution: 0.02 C, Accuracy: 0.1 C Data: Hourly sample); (3) Barometric pressure (wind shielded port, Range: atmospheric pressure, Resolution: 0.1 MB, Accuracy: 1.0 MB, Data: Average of 10 samples at 1 Hz/hr); (4) Sea surface temperature (Range: 10 35 C (or preferably 40 C, Resolution:0.001 C, Accuracy: 0.005 C, Data: Hourly sample; (5) Sea surface conductivity (Range: 30 70 mS/sec, Resolution: 0.001 mS/sec, Accuracy: 0.02 mS/sec; (6) PAR underwater (Licor LI-192SA, Data: integrated hourly values during daytime and total integrated daytime value); (7) PAR above water (Licor LI-192SA, Data: integrated hourly values during daytime and total integrated daytime value); and (8) UV-B (Solar Light Co. PMA 2104, Data: integrated hourly values during daytime and total integrated daytime value); (9) UV-B (Solar Light Co. PMA 2104, Data: integrated hourly values during daytime and total integrated daytime value). CLIN 0002 -- Design and Fabricate four complete mooring systems as described above with (1) Wind speed and direction (R.M. Young, or technical equivalent, Range: 0-40 m/sec, Resolution: 0.5 m/sec, accuracy: 1 m/sec, 5 , Data: Vector averaged at 1Hz for 2 min/hr (min)); (2) Air temperature (with radiation shield, Range: 10 -- 35 C, Resolution: 0.02 C, Accuracy: 0.1 C, Data: Hourly sample); (3) Barometric pressure (wind shielded port, Range: atmospheric pressure, Resolution: 0.1 MB, Accuracy: 1.0 MB, Data: Average of 10 samples at 1 Hz/hr); (4) Sea surface temperature (Range: 10 35 C (or preferably 40 C, Resolution: 0.001 C, Accuracy: 0.005 C, Data: Hourly sample. CLIN 0003 -- Perform Initial Set-up and Testing. All systems, including data recording, storage and data transmission, will be thoroughly tested prior to deployment in the ocean. CLIN 0004. -- Shipment. The six systems must be shipped to the NOAA ship TOWNSEND CROMWELL at #1 Sand Island Access Road, Honolulu, HI 96819 and must arrive no later than 4 September. CLIN 0005 -- Training. Provide 2-3 days of training for project personnel on the system electronics and mooring deployments during the period of 5-7 September 2001. Offerors shall prepare proposals in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items, and include completed FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items is applicable. Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far. EVALUATION CRITERIA: (a) technical capability of items offered to meet agency needs. (b) past performance: contractor must provide evidence of recent successful design and fabrication of oceanographic mooring systems similar to those to be deployed in this work in an oceanographic setting with conditions like those found in coral reef atolls of the Northwestern Hawaiian Islands. (c) price: where the combination of technical capability and past performance are more important than price alone. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items with addendum, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, is applicable. Include the following additional clauses: 52.203-6; 52.219-4; 52-219-8; 52.219-23; 52.222-21; 52.222-26; 52.222-35;52.222-36 52.222-37; 52.223-9(Alt 1); 52.225-15; 52.232-34. Due to the urgency of this requirement, proposals must be received at the contracting office address listed above no later than 4:00 PM, Pacific Time, 15 June 2001. Facsimile and e-mail proposals are not acceptable.
Record
Loren Data Corp. 20010613/66SOL010.HTM (W-162 SN50O664)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com