Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOURCES SOUGHT

58 -- REQUEST FOR QUOTE FOR PURCHASE SCANNING SONAR

Notice Date
7/31/2002
 
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-2-1498A
 
Response Due
8/14/2002
 
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 a scanning sonar with high resolution, rapid-update, autonomous recording, and analysis programming . The sonar 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 9 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 and depth rating - 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 3 kg. The sonar head will be capable of full operation at depths of at least 1000 meters of water. 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 have capability to internally record full resolution, time-stamped data for at least 2 hours. Any programming necessary for subsequent display images will be provided. Data shall be in a format compatible with the image analysis program described in paragraph 6 and shall take less storage space than 2.5 Gigabytes per hour. The sonar processor and recording shall be capable of starting and stopping, without loss of recorded data, in response to the opening and closing of government-provided external switch ( or logic high/low input)- at vendor option) connected to pins on an underwater connector on the sonar unit. Programming will be provided to allow all sonar parameters to be selected and set prior to launching for autonomous deployments. 6.) Motion 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 will include threshold intensity and minimal width and lengths. Recorded parameters for each frame should include the width, length and position of targets. This is the entire solicitation, no other solicitation will be issued. All responsible sources may submit a quote which shall be considered by the agency. This is a simplified acquisition with an estimated value of less than $100,000.00.
 
Place of Performance
Address: optional
 
Record
SN00129127-W 20020802/020731213337 (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  © 1994-2020, Loren Data Corp.