Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOURCES SOUGHT

20 -- One Towed and One Hull Mounted Long Range Side Scan Sonar Systems

Notice Date
6/14/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
Reference-Number-AB133F-06-RP-LRSSS
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
NOAA?s National Marine Fisheries Service has a requirement for two long range side scan sonars, one towed and one hull mountable. Requirements include the provision of all labor, material and expertise to assemble and supply two Long Range Fishery Research Side Scan Sonar Systems (one towed and one hull mountable) to support NOAA National Marine Fisheries projects. The anticipated systems must adjust the backscatter observations based on the system?s own estimates of the two dimensional slope of sea floor where the backscattering occurs. The anticipated system must be capable of providing a swath of quantifiable backscatter statistics, extending from 750 meters to port of the trackline and through Nadir to 750 m to starboard of the trackline. The statistical estimates should include, at least, the mean, mode, GLCM and variance that are developed from independent backscatter cells (aka. footprints or pixels). The block size for the statistical estimates should be selectable from 5m X 5m to 200m X 200m. The system tow body should include a measurement of sound speed, an optical transmissometer, a Doppler Velocity Log, a scientific quality 38 kHz vertical beam sounder and a high quality motion reference unit. The system tow body is to be separately capable of stable operations when towed between depths of 20 and 400 m at tow speeds between 1 and 12 knots. The weight, size (envelope) and volume of the tow body will be critical parameters in the selection process. The sonar frequency, source level and spatial resolution in both the cross and along track directions will be critical parameters in the selection process. It is highly desirable that the system be operable on an existing government owned fiber optic tow cable and winch with slip ring. The anticipated system must provide clear concise quality control displays to insure that none of the individual receive elements (transducer staves) in the sonar are being saturated. The anticipated system must provide recordings of the basic quadrature samples on all individual receive elements as well as higher level products including the geocoded backscatter values and the statistical summaries. The basic work includes: delivery of two long range side scan sonar systems for fishery research (one towed and one hull mountable), data acquisition and statistical data processing capability, data visualization, system documentation and post-acquisition analysis tools. All deliverables shall be provided with spare parts for modular replacement. The work will also include laboratory testing and at-sea acceptance testing, operator training at a contractor provided Seattle venue, an at-sea test on a NOAA vessel, and technical support on a 21-day Eastern Bering Sea cruise. Questions concerning this acquisition shall be directed to Contracting Officer Paul Reed at Paul.J.Reed@noaa.gov. All inquiries must be submitted in writing. Telephone inquiries will not be honored.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN01069272-W 20060616/060614220450 (fbodaily.com)
 
Source
FedBizOpps 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.