Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2002 FBO #0173
SOURCES SOUGHT

W -- REQUEST FOR QUOTE FOR LEASE OF HIGH- RESOLUTION, RAPID-UPDATE SCANNING SONAR

Notice Date
5/22/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WASC-2-955
 
Response Due
6/4/2002
 
Archive Date
6/19/2002
 
Point of Contact
Maria Mendoza, Purchasing Agent, Phone (206)526-6671, Fax (206)526-6025,
 
E-Mail Address
Maria.L.Mendoza@noaa.gov
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Alaska Fisheries Science Center (AFSC) is seeking sources for the lease of high resolution, rapid-update scanning sonar for the study of fish behavior in and around pelagic trawls. The sonar and lease terms must meet the following specifications: 1.Sonar resolution- The sonar must have sufficient resolution to distinguish fish body shapes at a range of 8 meters, requiring pixels smaller than of 1 x 2 inches at that range. All pixels in the image must be refreshed more than 10 times per second at 8 m range. Vendors will provide image sequences that demonstrate these capabilities.2. Sonar imaging area - The sonar will image across sector at least 20 degrees wide with a maximum range of at least 20 m. The sonar will not detect objects more than 10 degrees above or below the beam.3. Sonar size - The sonar head must be compact, for ease of handling, rigging and protection on the trawls, and must be light enough (in water) to require minimum floatation. This would be fulfilled by a largest dimension (height, width or length) less than 16 inches and weight in water less than 2 kg. 4. Operation over cable: When connected to the surface by a cable (at least 400 feet long, vendor provided) the sonar will display full resolution images on a vendor-supplied control/display system or a government-supplied computer running provided software on Microsoft Windows. Control system or software will allow real time adjustment of sonar parameters, including range and gain and will continuously store image data which can be replayed at full resolution, including all image frames. 5. Autonomous operation: The sonar must be capable of autonomous operation for at least one hour when connected to a government-provided underwater battery pack of 10 amp-hours at 24 volts or 20 amp-hour of 12 volts. The sonar must record data to the above specifications internally for that hour or put out an NTSC video signal that can be recorded by a government- provided underwater recorder.6. Lease period - The lease shall last for at least 10 days, with an option for 12 more, beginning on or around August 6, 2002. 7. Training - Prior to the lease, the vendor will provide up to two 8 hour days of training for government personnel in use of the sonar, including access to the sonar itself. Vendors will provide a daily rate for training. 8. Image Analysis: Vendors will provide software to allow regions of high reflectivity (targets) to be tracked and measured as they pass across the image. Adjustable target definition parameters should include threshold intensity and minimal width and lengths. Recorded parameters for each image should include the width, length and position of targets. 9. Optional - Digital recording: Vendors may provide bids for providing the capability of full- resolution recording of sonar-generated images if only NTSC output is available in the autonomous mode. Vendors shall describe the necessary modifications, indicating what hardware or software is necessary to achieve this capability and the costs associated with each. Any variable costs necessary for providing analysis capability will be cited on a per unit basis, not to exceed a set value. All hardware purchased for this development will be available to the government following the lease. This is the entire solicitation, no other solicitation will be issued. All responsible sources may submit a bid which shall be considered by the agency. This is a simplified acquisition with an estimated value of less than $50,000.00. Questions concerning this acquisition may be directed to Maria L. Mendoza at (206) 526-6671.
 
Record
SN00080868-W 20020524/020522213551 (fbodaily.com)
 
Source
FedBizOpps.gov 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.