Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS

20 -- THREE PERSON AND FOUR PERSON SUBMERSIBLES AND SUPPORT VESSEL PLATFORM=20

Notice Date
July 13, 2001
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, 200 World Trade Center, Room 209, Norfolk, VA, 23510
ZIP Code
23510
Solicitation Number
RFQEASC200100044
Response Due
July 24, 2001
Point of Contact
Michele McCoy, Contract Specialist, Phone (757) 441-6879, Fax (757) 441-3786, Email michele.a.mccoy@noaa.gov -- William Privott, Contracting Officer, Phone (757) 441-6561, Fax (757 441-3786, Email william.d.privott@noaa.gov
Description
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.=20 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ EASC 2001-00044 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This procurement action is full and open. The associated standard industrial classification code is 8999. A firm is a small business for the purpose of this requirement if it size standard is $5 million. The National Oceanic and Atmospheric Administration (NOAA) requires the services of a contractor that can support the August-October operations major expedition to be conducted during August-October, 2001. Contractor shall provide three person and four person submersibles and support vessel platform for thirty (30) days. The submersible will be used (1) map and characterize deep water reef habitats through the use of transect surveys and video documentation; (2) conduct fish census (distribution and abundance) of species utilizing deep water reef environments through transect surveys and video documentation; (3) collect water column, sediment and specimen samples; and (4) conduct video surveys of recently completed salvage/recovery operations at the USS Monitor. The contractor shall be responsible for providing the following for a period of thirty (30) days: Three person and four person submersible classed and certified to a maximum operating depth of 1,000 and 3000 feet, respectively, by the American Bureau of Shipping. The vehicle shall accommodate two scientist/observers in addition to the pilot(s). The submersible shall have a forward acrylic hemisphere that sits approximately 18 inches above the bottom to facilitate observations in low visibility. The submersible shall also be equipped with active sonar, a seven-function, 68 kg (150-pound) lift capacity hydraulic manipulator equipped with a suction sampler, clam bucket scoop and jaws capable of handling bottom cores and other sampling devices. This equipment shall be accompanied by a rotating sampler. The submersible shall possess the capability for dives of up to 6 hours duration and horizontal and vertical thrusters of at least 32 kg (70-pound thrust) each. It shall be equipped with the following photographic equipment and related items: Still camera: Model 378 Benthos 35 mm still camera with Benthos model 382 RH (100 watt-second) and Model 383 RH (200 watt-second) strobes. The camera shall be capable of containing up to 300 frames per load and shall have an LED data chamber display indicating time, date, and run number. Standard 15 mm and 28 mm as well as an 85 mm lens shall also be provided. Video camera: Photosea TV3000T with Sony DXC-3000A head and 560 lines horizontal resolution ; 58dB signal to noise ratio; 15 to 24 VDC operation; water correction optics, diopter, dome port. The camera shall be outfitted with a Canon j8x6KRS 6-48 mm focal length and 8:1 zoom ration, remote zoom and focus, and auto or manual iris. It shall have full remote focus control from 0.3 meters to infinity. Video equipment shall also include a Sony VCD-1000 recorder with 400 lines of resolution in Hi-8 mode, 45 db signal to noise ratio and RC time code automatically recorded. An appropriate monitor shall also be included. Lighting for observation and videography: A minimum of four Birns and Sawyer standard underwater lights, 650 watts each, or equivalent, is required with an option for four 400 watt HMI lights. One 1200 watt HMI light shall be available for mounting and adjustment as a flood or spot light. The support platform from which the submersible is operated shall have onboard processing facilities for 35mm Ektachrome E-6 film and a light table or other suitable equipment for viewing negatives. The surface support vessel shall be a certified component of the University National Oceanographic Laboratory System (UNOLS) fleet. SKILL LEVEL REQUIRED: The contractor shall provide submersible pilots who are familiar with the dynamic physical environment along the shelf of the South Atlantic Bight from Florida to North Carolina. The target dive sites are within the major axis of the Gulf Stream where currents are frequently strong and variable, which creates difficulty in accomplishing often delicate tasks without inadvertently coming into contact with and/or damaging the fragile natural and cultural resources. Familiarity with these sites also ensures that pilots are able to navigate safely and effectively through the rugged underwater habitats and around the wreck of the Monitor to collect the necessary photographic data, samples, and artifacts. SUBMERSIBLE OPERATIONS: The contractor shall provide a three-person and four- person submersible and appropriate vessel platform from which to safely launch, operate and recover the submersibles. The contractor shall be responsible for maintaining the submersibles and related equipment in safe operating condition during the course of the submersible operations and for providing services such as developing test film from the still camera and reviewing video. The contractor shall be responsible for providing the equipment specified elsewhere in this document. The submersible shall be involved in day-to-day operations at multiple dive sites in five regions of the South Atlantic Bight: (1) Oculina Habitat Area of particular Concern (2) Deli and Sow Pen pinnacles along the South Carolina and Georgia Shelf; (3) Monitor National Sanctuary; (4) North Carolina Shelf; and (5) Charleston Bump. Maximum depth of operations shall approach 1000 feet at sites in and around Oculina, Deli/Sow Pen, and Monitor. Maximum depths shall exceed 1000 feet in and around areas of the Charleston Bump and NC Shelf -- a submersible, equipped with accessories as noted above, capable of 3000 foot depths shall be provided. The submersible will also be used to retrieve samples from preselected areas and video document underwater habitats and living resources. Small artifacts and specimens will be recovered through suction devices or by use of the submersibles' articulated arm and placed into a rotating sample collecting device. The period of performance shall be 8/27/01 through 10/01/01. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. Bidders shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14,Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act- Supplies(41 U.S.C.10) and 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program(41 U.S.C. 10,19 U.S.C.2501-2582) . Quotes can be faxed to 757-441-3786 or mailed to U.S. Dept. of Commerce, NOAA, Eastern Administrative Support Center, 200 World Trade Center, Room 209, Norfolk, VA. 23510, Attention: Michele McCoy. Quotes must be received no later than 3:00 p.m. on July 24, 2001. Pricing shall be provided per day for 30 days. =20 =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NOAA/EASC/RFQEASC200100044/listing.html)
Record
Loren Data Corp. 20010717/20SOL005.HTM (D-194 SN50R830)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on July 13, 2001 by Loren Data Corp. -- info@ld.com