110
1 University of California, San Diego 1401LJB REQUEST FOR PROPOSAL RFP Number 1401LJB Title: Lagrangian drifters Purpose: **The University of California, San Diego ("UCSD" or "University" or "UC San Diego") is soliciting Bids from qualified suppliers to provide Lagrangian drifters The University reserves the right to award all part or none of the products listed in this RFP to one or more suppliers. RFP Due Date 2:00 PM P.S.T Tuesday 18 February 2014 RFP Administrator Lori Brierre UCSD Procurement & Contracts [email protected] Tel: (858) 534-5210 La Jolla, California 92093-0914 [email protected] RFP Schedule of Events * Suppliers interested in submitting proposals in response to this RFP should do so according to the following schedule. A Supplier will be disqualified for failing to adhere to the performance dates and times specified below: Event Date RFP issue date 16 January 2014 Pre-Bid Meeting/Job Walk A pre-bid conference been scheduled on 23 January 2014. There will be limited opportunity for Bidders to ask questions about bid requirements during the session. Attendance is limited to two (2) representatives from each organization. Date: 23 January 2014 8:00) AM P.S.T Location: University of California - San Diego 10280 N Torrey Pines Rd La Jolla, CA 92037 Suite 430 A For directions and parking information, please go to: http://blink.ucsd.edu/Blink/External/Topics/Policy/0,1162,11319,FF.html. Last day for bidders to submit questions and requests for clarification of RFP 2:00 PM P.S.T Friday 31 January 2014 UCSD response to questions and requests for clarification of RFP 07 February 2014 Issuance of addenda to RFP, if necessary. 07 February 2014 Deadline for submission of proposal per Section 1.3.0 2:00 PM P.S.T Tuesday 18 February 2014 Anticipated award date TBD *The University reserves the right to modify the above schedule of events and make changes to other provisions in this RFP. It is the Bidder’s responsibility to read the entire document, any addendums and to comply with all requirements listed herein. **Bids submitted in response to this solicitation will be evaluated anonymously. Evaluators will not know the name of proposers until after an award selection has been made.

University of California, San Diego 1401LJB REQUEST …€¦ · 1 University of California, San Diego 1401LJB REQUEST FOR PROPOSAL . RFP Number 1401LJB Title: Lagrangian drifters

Embed Size (px)

Citation preview

1

University of California, San Diego 1401LJB REQUEST FOR PROPOSAL

RFP Number 1401LJB

Title: Lagrangian drifters Purpose: **The University of California, San Diego ("UCSD" or "University" or "UC San Diego") is

soliciting Bids from qualified suppliers to provide Lagrangian drifters The University reserves the right to award all part or none of the products listed in this RFP to one or more suppliers.

RFP Due Date 2:00 PM P.S.T Tuesday 18 February 2014

RFP Administrator

Lori Brierre UCSD Procurement & Contracts [email protected] Tel: (858) 534-5210 La Jolla, California 92093-0914 [email protected]

RFP Schedule of Events *

Suppliers interested in submitting proposals in response to this RFP should do so according to the following schedule. A Supplier will be disqualified for failing to adhere to the performance dates and times specified below:

Event Date

RFP issue date 16 January 2014

Pre-Bid Meeting/Job Walk

A pre-bid conference been scheduled on 23 January 2014. There will be limited opportunity for Bidders to ask questions about bid requirements during the session. Attendance is limited to two (2) representatives from each organization. Date: 23 January 2014 8:00) AM P.S.T Location: University of California - San Diego 10280 N Torrey Pines Rd La Jolla, CA 92037 Suite 430 A For directions and parking information, please go to: http://blink.ucsd.edu/Blink/External/Topics/Policy/0,1162,11319,FF.html.

Last day for bidders to submit questions and requests for clarification of RFP

2:00 PM P.S.T Friday 31 January 2014

UCSD response to questions and requests for clarification of RFP

07 February 2014

Issuance of addenda to RFP, if necessary. 07 February 2014

Deadline for submission of proposal per Section 1.3.0

2:00 PM P.S.T Tuesday 18 February 2014

Anticipated award date TBD

*The University reserves the right to modify the above schedule of events and make changes to other provisions in this RFP. It is the Bidder’s responsibility to read the entire document, any addendums and to comply with all requirements listed herein. **Bids submitted in response to this solicitation will be evaluated anonymously. Evaluators will not know the name of proposers until after an award selection has been made.

2

SECTION Page

Glossary of Terms 3

SECTION 1: GENERAL INFORMATION 5

1.0.0 Purpose & Objectives of the RFP 5

1.1.1 About UC San Diego 5

1.2.0 Communications Regarding the RFP 6

1.3.0 Instructions for Submitting Proposals 6

1.4.0 Late Proposals 7

1.5.0 Proposal Evaluation 8

1.6.0 Proposal Preparation Costs 8

1.7.0 Errors and Omissions 8

1.8.0 Proposal Acceptance Period 9

1.9.0 Disclosure of Records and Confidentiality of Information 9

1.10.0 Audit Requirements 9

1.11.0 Marketing References 9

SECTION 2: Scope & Requirements 9

2.0.0 Scope of Work 9

2.1.0 Main Specifications 10

2.2.0 Specific Mini-Drogue Materials and Construction Specifications 11

2.3.0 Shipping Arrangements 11

2.4.0 Other Requirements 12

2.5.0 Reliability and Performance Metrics 12

2.6.0 Period of Performance 13

2.7.0 Type of Contract 13

SECTION 3: BIDDER’S RESPONSE 13

2.0.0 Minimum Mandatory Requirements 13

SECTION 4: PRICING 13

4.0.0 Price Protection 13

4.1.0 Prompt Payment and Additional Discounts 13

4.2.0 Orders 13

4.3.0 Alternative Proposals 13

3

Exhibits, Appendices, Supplements and Attachments

Cost Proposal Form Attachment 1 Conflict of Interest Certification Attachment 2 UCSD Rules and Regulations for Contracted Personnel Attachment 3 Minimum Mandatory Requirements Attachment 4 SVPB Design Manual Attachment 5

Glossary of Terms

Term Definition

Acrylonitrile Butadiene Styrene (ABS)

A hard, tough, heat-resistant engineering plastic; A styrene-acrylonitrile copolymer modified by butadiene rubber, that combines the resilience of polybutadiene with the hardness and rigidity of polyacrylonitrile and polystyrene (C8H8)x·(C4H6)y·(C3H3N)z

Telemeter Data transfer through a satellite network from the instrument to a receiving station on land

Acceptance With regard to deliverables from the proposer under the Contract, the University’s decision that a deliverable meets the requirements of the Contract

Anonymous Evaluation Bids submitted in response to this solicitation will be evaluated anonymously. Evaluators will not know the name of proposers until after an award selection has been made.

Acceptance Date First business day after University accepts the Vehicles

Acceptance Period Period commencing on the delivery date

Addendum An addition or update for an existing document. An addendum allows a revision to a document without creating an entirely new document.

Anti-fouling paint Anti-fouling paint or bottom paint is a specialized covering applied to the hull of a boat, designed to slow the growth of organisms that would attach to the hull and affect performance and durability.

Appendix A University of California San Diego, terms and conditions of purchase

Appendix SD University of California San Diego, Additional Terms and Conditions - Fund Source Specific

Argos Advanced Research and Global Observation Satellite

ASTM American Society for Testing and Materials

Campus (or San Diego Campus)

Same as “University”

Day Calendar day unless specified otherwise (Not a capitalized term)

Drogue A device to anchor the drifter to the water and minimize the relative motion of the drifter with respect to the water. It is an integral part of the drifter

Drogue presence sensor a sensor that check if the drogue is still attached to the surface buoy during operation at sea

Effective Date Date of the last signatory to the Contract

General Counsel Legal services of the University of California

Key Role One of the proposer personnel roles specifically identified as a “Key Role” in the Contract that has a major impact on the successful completion of the proposer’s obligations under the Contract

Lagrangian water following Lagrangian drifter i.e. water following drifter

4

Lori Brierre Buyer, Contract Coordinator, Supervising Buyer, University Buyer RFP Administrator; RFP Point of Contact, Contract Officer

Lori Brierre RFP Administrator; University Buyer; RFP Point of Contact;

NOAA National Oceanic and Atmospheric Administration (NOAA) is a federal agency focused on the condition of the oceans and the atmosphere

On-Site At premises owned or rented by the University of California, San Diego, including all such premises not located on the main campus

Polymer A large molecule composed of many repeated subunits

Polypropylene A thermoplastic polymer

Proposal Written response to this RFP received from a proposer

Proposer Firm, partnership, corporation or sole proprietorship submitting a proposal in response to this RFP

Purchasing Manager Todd Adams, Central Purchasing PVC Polyvinyl chloride

Reference Number Number (or string of letters) assigned by the University to identify this RFP and appearing on the cover page of the RFP

RFP Request for Proposal (this document). An invitation for providers of a product or service to bid on the right to supply that product or service to the individual or entity that issued the RFP.

Scope of Work All obligations, duties, requirements, specifications, and responsibilities needed for the successful completion of the Contract by the proposer.

Shall When used to describe a commitment or element of performance by the proposer or the vehicle, this verb means the requirement must be fully met (Not a capitalized term)

Should When used to describe a commitment or element of performance by the proposer or the Vehicle, this verb means that the University prefers that the requirement be met but does not deem the requirement to be mandatory (Not a capitalized term)

SIO Scripps Institution of Oceanography

SLP Sea Level Pressure of the atmosphere

SST Sea Surface Temperature

Submittal Deadline Deadline for delivery of the required proposal as shown on the cover page of this RFP

Telemetry Automated communications process by which measurements are made and other data collected at remote or inaccessible points and transmitted to receiving equipment for monitoring

Thermistor a type of resistor whose resistance varies significantly with temperature, more so than in standard resistors

Thermoplastic A polymer that becomes pliable or moldable above a specific temperature, and returns to a solid state upon cooling

University The Regents of the University of California on behalf of the University of California, San Diego

University Buyer Lori Brierre

VOS Volunteer Observing Ships

5

SECTION 1: GENERAL INFORMATION

1.0.0 Purpose & Objectives of the RFP The University of California San Diego is accepting proposals from qualified individuals or firms to provide drifters as described in the Scope of work section of this RFP. (Bids submitted in response to this solicitation will be evaluated anonymously. Evaluators will not know the name of proposers until after an award selection has been made.) The drifters will be used to support the Global Drifter Program (GDP) which is the principal component of the Global Surface Drifting Buoy Array, a branch of NOAA's Global Ocean Observing System (GOOS) and a scientific project of the Data Buoy Cooperation Panel (DBCP). The DBCP is an international program coordinating the use of autonomous data buoys to observe atmospheric and oceanographic conditions, over ocean areas where few other measurements are taken and a joint body of the World Meteorological Organization (WMO) and Intergovernmental Oceanographic Commission (IOC) of the United Nations Educational, Scientific and Cultural Organization (UNESCO). The overall objectives of the GDP are to:

1) maintain a near-operational ocean-observing network of drifters that, through the Argos and Iridium satellite systems, returns data of meteo-marine variables including near-surface ocean currents, sea surface temperature (SST), sea surface salinity (SSS), sea-level atmospheric pressure (SLP), sea-level winds (SLW) and subsurface temperature (Tz) and

2) To provide a data processing system for the scientific use of the data.

1.1.0 ABOUT UCSD This RFP is issued on behalf of The Scripps Institution of Oceanography whose role in the Global Drifter Program is to:

• Maintain a Global array of 1,250 drifters. This is achieved by carefully selecting the vendors for the program to guarantee performances and sufficient diversity to mitigate any temporary shortcoming from a particular vendor.

• Provide to the Global Telecommunication System (GTS) of the World Weather Watch (WWW) a near-real time data stream (it takes less than 2 hours with Argos and approximately 10 minutes with Iridium between transmission and delivery of measurements to the data center) of SST, SLP and near-surface currents for use in operational forecast and climate models.

• Measure the mixed layer currents on a global basis and provide colleagues at the Atlantic Oceanographic and Meteorological Laboratory (AOML) with data to produce maps of the World’s ocean circulation able to resolve seasonal and inter-annual variations.

• Provide the scientific community and the public with enhanced, research-quality data sets of ocean currents that incorporate drifter data from individual research programs, including historical data from instruments that differ from the Surface Velocity Program (SVP) Lagrangian drifter design and are corrected for the wind-induced velocity bias (slip).

• Support programs of national interest, such as the recently launched Aquarius mission to measure SSS from space.

• Analyze the GDP drifter data and provide a scientific interpretation of the results. Publish our findings in peer-reviewed journals.

6

• Monitor and evaluate the performances of the GDP drifters in order to identify and troubleshoot technical issues as soon as possible.

• Develop and introduce drifter’ construction technological advances in sensors, electronics, power, methods of assembly and deployment packaging. Special emphasis is given to the implementation of new sensors and aerial deployment methods for hurricane observations and to SSS measurements.

1.2.0 Communications Regarding the RFP This RFP and any subsequent addenda are being issued by the University of California, San Diego Procurement and Contracts Department (P&C). The UC San Diego P&C RFP Administrator is the sole point of contact regarding all procurement and contractual matters relating to the requirements described in this RFP; and is the only office authorized to change, modify, clarify, etc., the specifications, terms and conditions of this RFP and any agreement(s) awarded as a result of this RFP. All communications, including any requests for clarification, concerning this RFP should be addressed in writing to the RFP Administrator: Lori J. Brierre UCSD Procurement & Contracts [email protected] Tel: (858) 534-5210 10280 North Torrey Pines Road Suite 350 La Jolla, California 992037 Addenda to this RFP will be posted to the UC San Diego P&C Bid and Contract Opportunities website at http://www-bfs.ucsd.edu/pur/suppliers/bid.html. It is solely the responsibility of prospective bidder, not UC San Diego, to ensure they have obtained all addenda from the RFP Administrator prior to submitting a Proposal. 1.3.0 Instructions for Submitting Proposals Proposals must be received by 2:00 PM P.S.T Tuesday 18 February 2014 to the addresses sighted below. Proposals must follow the format specified in this RFP. Bids must be signed by a company officer authorized to enter into agreements on behalf of the Supplier. The submission of a signed proposal will confirm understanding and acceptance of all requirements, terms and conditions of the RFP unless specific exceptions are taken and alternative language or provisions are offered and approved by UC San Diego. Proposals must provide a complete response to all requirements stated in the RFP and comply with the specifications and all applicable regulations. Proposals must include the same section titles used below (Bid Response Section), and in the same order. Incomplete proposals are subject to disqualification, as they shall be deemed non-responsive. Proposals must be submitted in a Microsoft Office Word™ format. Pricing Schedules must be submitted in a Microsoft Office Excel™ format. Other attachments may be in other file formats, but should only use commonly-available programs (i.e., no proprietary file extensions/programs Proposals shall be marked as follows: On an easily detachable front sheet ONLY, please provide the company name, the name of a contact person, mailing address, telephone number and email address RFP# 1401LJB. The remainder of the bid should not identify the bidder’s name. Bidders must submit one

7

(1) Sealed hardcopy proposal delivered to RFP Administrator: Attention: Lori J. Brierre UCSD Procurement & Contracts [email protected] Tel: (858) 534-5210 10280 North Torrey Pines Road Suite 350 La Jolla, California 92037

In addition, a complete and signed electronic proposal in Word format including a properly formatted Excel price quotation must be submitted to [email protected] prior to the close of the RFP. Proposals sent via fax (facsimile) will be rejected and deemed non-responsive. Contents of Response

• Proposals are limited to fifteen (15) pages; excluding Mandatory Attachments and Acknowledgment. Do not include marketing materials.

• Cover letter signed by an owner or officer of the proposing firm identifying the contact person. • Describe other services and activities that your firm is qualified to provide to the University. • Provide a list of any additional services beyond the scope of work outlined in the Scope of Work

section of this RFP. • Provide a statement listing similar contracts (both public and private) relevant to services solicited • Describe any litigation, administrative proceeding, or investigation (actual or pending) in which

the firm is involved or to which it is subject that might have an adverse effect on its ability to fulfill any engagements resulting from the RFP, or of which the University should be aware in evaluating the firm’s capacity to undertake future engagements.

• Provide two letters of verifiable reference. Electronic Copies, Signatures, and Amendments or Changes: The parties agree that a copy of the original signature (including an electronic copy) may be used for any and all purposes for which the original signature may have been used. For purposes of this RFP, “original signature” shall include an ink or digital signature.

1.4.0 Late Proposals Any Proposal or modification to a Proposal received after the exact time and date specified for receipt will not be considered, unless it is received before an award is made, and

1. it was sent by registered or certified mail with the date no later than five calendar days prior to the date submission due date and time; or

2. it was sent by mail and it is determined by UC San Diego that the Bidder has demonstrated to the satisfaction of UC San Diego that it was submitted timely and arrived late through no fault of the Bidder; or

3. late receipt was due solely to mishandling by UC San Diego; or 4. It is the only Proposal received.

1.5.0 Proposal Evaluation (Proposals will be evaluated anonymously). The evaluation of proposals and the award of any resulting agreement shall be made in conformance with applicable University policies and California law. The University reserves the right to withdraw this RFP provided it has not already awarded a contract to one of the proposers or began negotiations with the apparent awardees. The University reserves the right to accept or reject quotations in part or in whole, without further discussion. All

8

documents submitted to UC San Diego on behalf of this RFP will become the exclusive property of the University and will not be returned. Bids submitted in response to this solicitation will be evaluated anonymously. Evaluators will not know the name of proposers until after an award selection has been made. Any agreement(s) resulting from this RFP will be awarded to the responsive and responsible proposer(s) whose proposal(s), in the opinion of the University, offers the greatest benefit to the University when considering the total value, including, but not limited to, the quality of products, service, and total cost trade-ins, upgrades, available volume discounts, shipping and other miscellaneous charges). There is no guaranteed minimum order quantities associated with any award resulting from this RFP. Proposals will be evaluated to determine, which Proposer offers the Best Value to the University. Proposals will be reviewed to determine if they are “administratively responsive” (all required items provided, all deadlines met, all forms filled out completely, proposal formatted and submitted as required, etc.). Technical responses and financial considerations will be evaluated by the University using a point system. The evaluators will examine each Proposer’s narrative response through the application of uniform criteria, evidencing its ability to meet or exceed the University’s program requirements. In addition to materials provided in the proposals, the evaluators may request additional information from the proposer and others, which may include site visits, oral presentations, or references to make their determination if point s awarded. However, UCSD will not do internet research or other inquiries for purposes of supplementing Proposer’s Proposal submission in order to assist Proposer in meeting the submission requirements. Should any of the proposers offering the Best Value to the university refuse or fail to accept the tendered contract the award may be offered to the proposer with the second Best Value to the University. The University reserves the right to accept or reject any or all bids, make more than one award, or no award. Any contract awarded pursuant to this RFP will incorporate the requirements and specifications contained in the RFP, as well as the contents of the Proposer’s proposal as accepted by the University.

1.6.0 Proposal Preparation Costs All costs incurred in the preparation and submission of proposals and related documentation, including bidder presentations to UC San Diego, will be borne by the Bidder.

1.7.0 Errors and Omissions If the bidder discovers any discrepancy, error or omission in this RFP or any of its Attachments, Appendices, Exhibits or Addenda; notify UC San Diego immediately and a written addendum which includes clarification/notification will be issued to all bidders who have submitted a “Notice of Intent to Respond” and the addendum will be posted on the Bid and Contract Opportunities website.

1.8.0 Proposal Acceptance Period All bids shall remain available for University acceptance for a minimum of 120 days following the RFP closing date.

1.9.0 Disclosure of Records and Confidentiality of Information This RFP, together with copies of all documents pertaining to any award or agreement, if issued, shall be kept for the period required by law and made part of a file or record, which shall be open to public inspection. If the Bidder’s response contains any trade secrets or proprietary information that should not be disclosed to the public or

9

used by University for any purpose other than evaluation of the response, the top of each sheet of such information must be marked with the following legend: “CONFIDENTIAL INFORMATION”. All information submitted as part of a response after an award has been made, must be open to public inspection (except items marked as “Confidential Information” and considered trade secrets under the California Public Records Act). Should a request for information be made of the University that has been designated as confidential by the Bidder and on the basis of that designation, University denies the request for information; the Bidder shall be responsible for all legal costs necessary to defend such action if the denial is challenged in a court of law. Copyright The parties agree that this work is meant to be a “work made for hire” under the Federal Copyright Act. As part of the consideration to seller hereunder, all rights to any and all copyrights or copyrightable materials produced under this purchase order, including any computer source code, shall vest in The Regents of the University of California on behalf of the San Diego campus. To the extent this is not a “work made for hire,” the parties agree that all rights to all such copyrightable materials shall vest in The Regents. Therefore, Seller does hereby sell, assign, and transfer to The Regents the entire right, title, and interest in and to the copyright of the work created under this purchase order and any registrations and copyright applications relating thereto and any renewals and extensions thereof, and in and to all works based upon, derived from, or incorporating the work created, and in and to all income, royalties, damages, claims, and payments now or hereafter due and payable with respect thereto, and in and to all causes of action, either in law or in equity for past, present, or future infringement based on the copyrights, and in and to all rights corresponding to the foregoing throughout the world. Seller agrees to execute all papers and perform such other proper acts as the university may deem necessary to secure for the university or its designee the rights herein assigned.

1.10.0 Audit Requirements Any potential agreement, as well as business records including invoices and payroll records associated with performance of the work contracted as a result of this RFP shall be subject to examination and audit by the University and any authorized Federal or State of California Center for a period of three (3) years after final payment. The examination and audit shall be confined to those matters connected with the performance of the awarded agreement.

1.11.0 Marketing References The successful bidder shall be prohibited from making any reference to the University, in any announcement, news release, literature, promotional material, brochures, or sales presentations without the express written consent of the UC San Diego Procurement and Contracts Department. The University of California trademarks are protected by Federal Trademark and California State laws and any use, of any UC Trademarks is prohibited, in whole or in part, without the prior written consent of the UC San Diego Procurement and Contracts Department, as applicable. SECTION 2: Scope of Work/Specifications 2.0.0Scope of Work The Contractor shall furnish all the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform all work necessary to provide equipment and services called for under this contract, and specifically required in the individual delivery orders issued under this contract. The data buoys must meet the strictest scientific standards and specifications. The surface velocity program drifting buoys with "minidrogues" shall include the following specifications:

10

Drifters shall be built according to the stated principles of construction in Attachment 5 the "SVP Drifter Construction Manual" (Sybrandy, A.L. and P.P. Niiler (1991): "WOCE/TOGA Lagrangian Drifter Construction Manual". Scripps Institution of Oceanography, SIO Reference 9116.58 pp., and updated in 2002, DBCP Tech Document Number 88).This document is provided for general reference only and does not constitute a firm design requirement. The contractor shall provide Lagrangian drifters as specified below in configuration 1 and/or 2 below. Configuration 1 Lagrangian drifter with drogue, SST sensor and Satellite telemetry (SVP) Provide Lagrangian drifters as specified below that are deployment-ready (calibrated, assembled, weighed and tested), equipped with drogue, thermistor capable of sampling temperature and magnet activated switch. The position of the drifters will be determined through the Argos satellite system. A drogue presence sensor must also be present. Drifters shall be able to operate, without exclusions, in all regions of the ocean. Configuration 2 Lagrangian drifter with drogue, air pressure sensor, SST sensor and Satellite telemetry (SVPB) Provide Lagrangian drifters as specified below that are deployment-ready (calibrated, assembled, weighed and tested), equipped with drogue, barometer capable of sampling air pressure at sea-level thermistor capable of sampling temperature and magnet activated switch. The position of the drifters will be determined through the Argos satellite system. A drogue presence sensor must also be present. Drifters shall be able to operate, without exclusions, in all regions of the ocean. 2.1.0Main Specifications 1. Drifters should use the ARGOS system to send data using a 60 to 90 second repetition rate, with a 100% duty cycle. The transmission power to ARGOS should be 1 watt or less. UCSD reserves the right to take advantage of the best available technology for communications (i.e. Iridium, Argos III, etc.). A manufacturer utilizing advanced technology with demonstrated success should include technical specifications and performance statistics. 2. The Drifters shall have Sea Surface Temperature, Tether Strain, and Battery Voltage Sensors. The accuracy of the Sea Surface Temperature measurements shall be at least 0.1°C (and an accuracy of at least 0.05°C is preferred) and able to operate at least in the -5°C to 40°C range. The required accuracy for air pressure measurements is 1mbar. 3. All sensor data (water temperature and air pressure) and engineering parameters, including the voltage of the battery shall be polled every 60 minutes and will be stored for transmission and reported through the satellite system of choice. All the engineering parameters necessary to evaluate the performance of the drifter, including but not limited to the battery voltage, shall be made accessible to the Government and the Government grantee (SIO) in real-time. 4. All drifters will be fitted with diode protected battery packs made of alkaline cells. A battery pack should not exceed 32 D cell elements. The battery pack must be able to withstand the mechanical shock on deployment (at least 10 m drop) when fitted inside the drifter. 5. The drifters will be powered with primary batteries and shall not contain primary disposable lithium batteries. Drifters shall be built with a holey-sock "mini-drogue" that is a smaller version of the drogue specified in the "WOCE/TOGA Lagrangian Drifter Construction Manual" (Attachment 5). The

11

length of the "mini-drogue" shall be chosen so that the drag-area ratio of the complete drifter system shall in excess of 40. Methodology for computing drag area ratio shall be included in the proposal. Drifters shall use a "mini-drogue" with its deployed vertical center at 15 meters depth. 6. The drifter will self-activate shortly (<30 minutes) after contact with water, and shall be otherwise powered down during storage. The minimum required shelf life of the drifters is three years. 7. The drifters shall withstand impact with water on deployment from a moving vessel (ship), from at least 10 m high and a cruising speed of at least 15 knots. 8. The format of the satellite messages shall adhere to the JCOMMOPS guidelines for SVP and SVPB drifters data sharing (see http://www.jcommops.org/dbcp/data/sharing.html and contacts therein). Bidders intending to use of other satellite message formats will need to obtain approval from SIO. 2.2.0 Specific "Mini-Drogue" Materials and Construction Specifications: 1. The holey-sock shall be made from fray resistant, rip-stop, nylon cloth; diameter <65cm, length computed to provide a drag-area-ratio of 40: 1. The holey-sock shall have four pairs of 30cm diameter opposing holes, offset by 90 degrees from each other. Drogue is centered at 15m depth. 2. Inert ballast material shall be inserted into the lowest ring of the "mini-drogue" of sufficient weight that a net tension of 5 lbs. will be exerted by the tether on the surface float. 3. Rings made of hollow sea-water resistant, rigid plastic tubing shall be used as the circular supporting framework for the drogue. These shall be drilled to allow flooding. 4. Attachment bridle of the drogue shall consist of hub and at least 5 spokes of 0.32 diameter polypropylene-impregnated wire rope radials, positively attached and epoxy-restrained at hub to tether from surface float. Radials attach to top PVC ring using abrasion resistant cushions fixed at 90 degrees spacing. 10 cm-long rubber air hose carroting fitted where radials enter hub. Attachment point of tether to hub covered with a minimum of 15 cm long polyurethane carrot. 5. The tether from the drogue to the float shall be at least 0.32 cm in diameter made of polypropylene impregnated wire rope. There shall be no sub-surface float attached to the tether. The carrot to the spherical surface float shall be at least 15 cm long. 6. The surface buoy of the drifter should be made Acrylonitrile Butadiene Styrene (ABS) and shall be coated with appropriate anti-fouling paint that will provide protection for at least 450 days. 7. The drifter shall be light enough (<21 kg) to ensure that deployments from a variety of platforms including Volunteer Observing Ships (VOS) as feasible. 8. The tether should be wrapped and taped with water soluble tape around a water-soluble cardboard tube that should be left in place for deployment to prevent tangling. The drogue should be wrapped with water-soluble paper tape that should be left on the drogue upon deployment. Both tapings should include "DO NOT REMOVE" warnings. 9. The tape should dissolve quickly once the drifter has been deployed, allowing for an orderly release of the drogue. To protect the water-soluble tape and warning instructions from weather and ocean

12

elements, each unit shall be wrapped in clear plastic. Instructions for pre-testing and deployment should be fastened on the outside of each individually wrapped unit. 2.3.0 SHIPPING ARRANGEMENTS The shipping container should be a double walled container capable of domestic and international air, land, or sea transport. Container should allow easy access for inspection and testing of instrumentation and ARGOS (or other) telemetry system at the point of delivery. Containers and closures shall comply with the Interstate Commerce Commission regulations, uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. Individual Drifters should be configured so that deployment from Ships of Opportunity can be readily done without changing the shipping configuration. 2.4.0 OTHER REQUIREMENTS Contractor shall complete a specification sheet and submit it to the Scripps Institute of Oceanography (SIO) before the SIO issues provides approval to ship the drifters. Specification sheets should list individual ID numbers of each buoy produced and provide calibration and message format information. Specification sheets must at a minimum contain the information as outlined below:

SVP SPECIFICATION SHEET (SVP3, MINI-DROGUED) VERSION MODIFIED 28 OCT 2002: ARGOS ID(s); ARGOS ID(s); Manufacturer; Sensor Array SVP; Surface Float Description; Tether description; Drogue description; Drogue depth; Drogue length; Cross-sectional area above drogue; cross-sectional area of the drogue; Transmitter type; Transmitter manufacturer; Controller manufacturer; duty cycle continuous; Message length 32 bits; Message format; Observation cycle 15 minutes; Repetition rate 90 seconds; Power Supply; Antifouling; Batter voltage sensor; Battery voltage equation; Temperature sensor type (include manufacturer and model); Temperature equation; Tether Strain Drogue Sensor; Strain Equation; Salinity Sensor Type (include manufacturer and model); Salinity Equation; Barometer type; BP Equation; Wind Speed Sensor Type (include manufacturer and model); Wind Direction Equations; GPS Type (include manufacturer and model); GPS Equations; Additional Sensor Types (include manufacturer and model); Additional sensor equations; Shipping container and comments.

2.5.0 RELIABILITY AND PERFORMANCE METRICS No more than 4% of drifters per order shall fail on deployment (a drifter is said failed of deployment if lasts less than, or does not turn on within, 24 hours). Drifter power/battery life should last an average of 450 days and 90% of the drifter should be functional (i.e. with all the sensors functioning and the drogue attached) for at least 90 days. With the variation of drogue tension throughout the global oceans, the GDP expects drogues to stay attached on an average of at least 270 days, more preferred. These averages will be determined using the quantity of drifters in each Order, public data or vendor-provided data when available. Revised Specification sheets must be provided before each order is shipped. Specification sheets should list individual Purchase Order numbers, and ID numbers of each buoy produced and provide calibrations and message format information. A new "Specification Sheet" must accompany any modification that is made if a buoy is found defective and is returned to the manufacturer for repair. Manufacturer shall pay shipping costs and make all shipping arrangements for any returned defective drifters.

13

2.6.0 Period of Performance: Estimated (1) One Year with the option of (4) four one year extensions, for a total of (5) five years. 2.7.0 Type of Contract: Indefinite Quantity. Orders will be demand based. There is no guarantee of business to any contractor. SECTION 3: BIDDER’S RESPONSE 3.0.0 Minimum Mandatory Requirements: This section sets forth specific UC policies and requirements essential to the University for bid consideration. Qualification Standards are defined as standards that if not met or supplied by the bidder, UC San Diego reserves the sole right to reject proposal(s) without limitation. Automatic disqualification from the bidding process will result from Bidder’s failure to agree and/or be in compliance with any one or more the requirements below or and as listed in Attachment 4. *Except where specifically requested/required Company Name, Logo, Contact or any other identifying information should ONLY appear on an easily detachable front sheet. THIS INFORMATION SHOULD NOT APPEAR ON ANY OTHER PAGE OR ON SAMPLES SO THAT EVALUATION IS ANONYMOUS. If we are unable to detach identifying information from your submission, it may be eliminated from consideration. SECTION 4: PRICING Bidder proposals must address all of the listed requirements in the order presented with a response acknowledging an understanding of and approach to fulfilling the requirements.

4.0.0 Price Protection Prices quoted may not increase prior to 01 April 2014. 4.1.0 Prompt Payment and Additional Discounts Bidders may quote discounts offered for early payment. UC San Diego’s payment terms for agreements awarded as a result of this RFP will be Net 30 Days with the Thirty (30) day clock beginning with the receipt of a valid and accurate invoice and ending upon UC San Diego’s transfer of funds to the suppliers’ account. Bidders are encouraged to submit any additional discounts that would provide the University with cost savings. 4.2.0 Orders For orders of less than 20 drifters placed against any contract resulting from this solicitation contractor must deliver within 60 days. For orders of 20 or more drifters placed against any contract resulting from this solicitation contractor must deliver the first 20 drifters within 60 days. 4.3.0 Alternative Proposals Bidders are encouraged to submit alternative proposals that would further our goal of reducing expenses and offering optimum value. Alternative proposals will be considered only if the original proposal requirements of the RFP are met in the manner specified. Alternative proposals are to be submitted at the time of original proposal. They are to be separate from the original proposal and clearly marked “ALTERNATIVE PROPOSALS”.

14

Attachment 1 COST PROPOSAL FORM UCSD

Name of Proposer: ________________________________ Signed: ________________________________________ Print Name: _____________________________________ Title: __________________________________________ Date: _________________________________________

15

ATTACHMENT 2

CONFLICT OF INTEREST CERTIFICATION 1. The Proposer certifies that none of its officers or employees is: a. An individual who is presently employed by the University or whose separation from the University occurred within two years of the date of the proposed transaction. b. A spouse, child, parent, brother, sister, son-in-law, daughter-in-law, father-in-law, mother-in-law, brother-in-law, sister-in-law, or step-relative to an individual who is presently employed by the University or whose separation from the University occurred within two years of the date of the proposed transaction. 2. The Proposer agrees that if it is awarded the resultant contract under this RFP, it will not hire any officer or employee of the University to perform any service covered by this RFP. If the work is to be performed in connection with a Federal contract or grant, the Proposer will not hire any employee of the United States government to perform any service covered by the resultant contract. 3. The Proposer affirms that there exists no actual or potential conflict between the Proposer’s family, business, or financial interests and the services provided under this RFP, and in the event of change in either private interests or service under the resultant contract issued pursuant to this RFP, it will raise any question with the University regarding possible conflict of interest which may rise as a result of such change. 4. The Proposer agrees that if it is awarded the resultant contract under this RFP, it shall not be in a reporting relationship to a University employee who is a near relative, nor shall the near relative be in a decision-making position with respect to the Proposer. Name of Proposer: ________________________________ Signed: ________________________________________ Print Name: _____________________________________ Title: __________________________________________ Date: _________________________________________

16

ATTACHMENT 3

UCSD RULES AND REGULATIONS FOR CONTRACTED PERSONNEL

The Contractor shall perform all services and operate all tools and equipment in a safe and professional manner to protect property location staff, Contractor’s employees and residents and/or guests from injury and in observance of the following:

1. Contractor’s employees must not wear headphones, earphones, operate radios, portable television devices, CD players, etc. that would create a distraction to self and/or property staff, residents and/or guests

2. Contractor and employees must comply with The University of California system wide Policy on Sexual Harassment at all times.

3. Contractor provided ID badge must be worn at all times. 4. No halter tops, tank tops or tee-shirts/hat with offensive/inappropriate messages displayed upon

them, may be worn. 5. No shorts may be worn without prior permission of the University. 6. No open toed shoes/sandals or high heels may be worn. 7. No bandannas may be worn. 8. No excessive jewelry may be worn. 9. Pants must be worn at the waist, “no sagging.” 10. Must wear contractor provided gloves, goggles, masks and/or back supports when required by

employer or when needed to complete a work task safely. 11. UCSD is a non-smoking campus. Smoking is not allowed in any building. 12. No drugs, alcohol or illegal substances are allowed on the UCSD campus. 13. UCSD is not responsible for loss of personal belongings. 14. UCSD parking policy must be followed at all times. UCSD is not responsible for any parking

tickets received by contractor’s employees. 15. UCSD does not provide dining facilities at the worksite.

Name of Proposer: ________________________________ Signed: ________________________________________ Print Name: _____________________________________ Title: __________________________________________ Date: _________________________________________

17

Attachment 4

INSTRUCTIONS: Minimum Mandatory Requirements are

defined as requirements essential to the University for bid consideration. Automatic disqualification from the bidding process will result from Bidder’s failure to agree and/or be in compliance with any one or more the following requirements. Indicate acceptance by placing an “X” next to “Agree” / “Acknowledge”.

Bidder Signature Acknowledgment/Agreement

1

A pre-bid conference been scheduled on 24 January 2014. There will be limited opportunity for Bidders to ask questions about bid requirements during the session. Attendance is limited to two (2) representatives from each organization. Date: 23 January 2014 8:00) AM P.S.T Location: University of California - San Diego 10280 N Torrey Pines Rd La Jolla, CA 92037 Suite 430 A

Acknowledged: ______________

2

Proposals must not contain any provisions reserving the right to accept or reject an award or to enter into an agreement containing terms and conditions that are contrary to those in the solicitation. Agree: ______________

3

Bidders must possess all trade, professional, or business licenses as may be required by the work contemplated by this RFP. Agree: ______________

4

Bidders guarantee bids shall remain available for University acceptance for a minimum of 120 days following the RFP closing date. Agree: ______________

5

Bidder confirms understanding and acceptance of all requirements, terms and conditions of the RFP unless specific exceptions are taken and alternative language or provisions are offered. Agree: ______________

6. There is no guaranteed minimum order quantities associated with any award resulting from this RFP. Agree: ______________

7

University of California Terms and Conditions of Purchase University of California, San Diego Additional Terms and Conditions - Fund Source Specific Agree: ______________

Name of Proposer: ________________________________ Signed: ________________________________________ Print Name: _____________________________________ Title: __________________________________________ Date: _________________________________________

18

Attachment 5 SVPB Design Manual

(Below)

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94

95

96

97

98

99

100

101

102

103

104

105

106

107

108

109

110