Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOURCES SOUGHT

20 -- PROFILING FLOATS

Notice Date
11/21/2006
 
Notice Type
Sources Sought
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133R-07-RP-0022
 
Response Due
11/30/2006
 
Archive Date
12/15/2006
 
Description
This is a Source Sought Synopsis only. The purposed of this synopsis is to obtain capabilities information from all size and types of firms to determine the degree of competition. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. Basic instruments: (1) Provide profiling floats that are deployment-ready (calibrated, assembled, ballasted, weighed and tested), equipped with CTDs (conductivity-temperature-depth) as specified below, and posses Service Argos telemetry/position fix capability. Optional Items: (1) Provide float air deployment packages (2) Provide float VOS deployment packages (3) Provide floats that are deployment-ready (calibrated, assembled, ballasted, weighed and tested), with CTDs as specified below except capable of sampling temperature, salinity, and pressure continuously throughout their ascent, then reducing those data by bin averaging. Also these floats should determine position by GPS before transmitting those data to shore via Iridium. Basic Instrument Specifications/Requirements: (1) Floats must be capable of a minimum gross fractional volume change of 1% to allow cycling between the surface and 2000-dbar pressure over nearly all of the global (ice-free) ocean. (2) Floats must be able to park for predetermined 5-15 day periods at a different predetermined subsurface pressure than their profiling pressure ("park and profile" capability). (3) Floats must be capable of sampling temperature, salinity, and pressure at a minimum of 70 predetermined pressures during their ascent, then transmitting those data to shore and determining float position via Service Argos (or Iridium/GPS). (4) Floats must have sufficient energy in their standard configuration to perform the above functions for a period of 4 years with a duty cycle of 10 days. (5) Floats must have demonstrated performance, with examples of deployed instruments successfully performing the above functions for 4 years with a 10-day duty cycle. (6) Floats must be light enough (<35 kg) to ensure that deployments from a variety of platforms including volunteer observing ships (VOS) are feasible. (7) Floats must be delivered FOB Destination to NOAA, Pacific Marine Environmental Lab (PMEL) in Seattle, WA (the contractor shall pay for the delivery) in boxes sufficiently sturdy to protect the floats prior to deployment, while in transit, and onboard ship or aircraft. (8) Float boxes must be built to accommodate stacked loading and moveable with a forklift or pallet jack, and be suitable for export to most countries (e.g. all wood components of appropriately treated plywood).. (9) Float CTDs must have average initial measurement accuracies of +/-0.002 C in temperature, +/-0.005 PSS-78 in salinity, and +/-3 dbar in pressure. (10) Float CTDs must have demonstrated reliability and stability of +/-0.01 C in temperature, +/-0.02 PSS-78 in salinity, and +/-6 dbar in pressure over multi-year missions. (11) Float CTDs must use a system that ensures temperature and conductivity measurements are made within the same controlled volume of water. (12) Float CTDs must employ conductivity cells with antifouling protection by diffusion of TBTO in a controlled volume (no cell coatings). (13) Floats (and accompanying instrumentation, including CTDs) must pass PMEL tests for performance to the satisfaction of PMEL personnel, or be replaced/repaired by the contractor at the contractor's expense (including shipping costs in both directions) and arrive at PMEL within 2 months of notification to the contractor by PMEL of a problem and availability of float for shipping from PMEL. (14) Contractor will be expected to assist PMEL by providing any unusual tools required for float modification or repair, as well as initial training (PMEL personnel may travel to a Contactor's facility at PMEL expense for this purpose) and subsequent advice for PMEL personnel in float testing and repair as requested by PMEL. Desirable But Not Essential Instrument Features: (1) Floats capable of fractional volume change of 1.15% or more, sufficient to allow profiling between the surface and 2000 dbar, over the entire global (ice-free) ocean. (2) Floats with sufficient energy in their standard configuration to perform the above functions for more than 4 years with a duty cycle of 10 days. (3) Floats capable of self-activation upon deployment. (4) Floats certifiable for air shipments (domestic and international). (5) Floats certified for deployment on C-130 aircraft by U. S. Naval Oceanographic Office. Interested parties should submit: 1) a brief description of their capability to meet the requirements, 2) evidence of experience in work similar in type and scope, 3) intention to submit a proposal as a prime contractor, and 4) business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.) For the purposes of this requirement, the NAICS size standard for small business is 500 employees or less. If a firm from outside of the United States is capable of providing the product, the firm must: 1) meet the small business size of 500 employees or less, 2) have a place of business established and actually perform work out of that location within the United States (just an address or post office box does not fulfill the requirement, and 3) be able to show it contributes significantly to the U.S. economy (typically this can be done by providing documentation of employing U.S. citizens and paying federal income taxes). Questions concerning this notice shall be emailed to Sharon.S.Kent@noaa.gov. Responses shall be submitted via email or facsimile at 206-527-5875 by COB November 30, 2006. This notice is for informational and market research purposes only. Failure to submit all information requested may result in an unrestricted acquisition.
 
Record
SN01184686-W 20061123/061121220155 (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.