Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

59 -- PROVIDE DIDSON DUAL FREQUENCY INDENTIFICATION SONAR SYSTEM OR EQUAL

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NFFN7300715787CMM
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Mississippi Laboratories, located in Pascagoula, MS to provide one (1) DIDSON dual frequency identification sonar system or equalivent. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NFFN7300715787CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-6 Brand Name or Equal (Aug. 1999), 52.211-8 Time of Delivery Alt I. (APR 1984) {(b) Delivery will be required no later than 09/30/2007, assuming the Government makes award by 08/01/2007}, 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun. 2007) (Sections 5, 16, 17, 18, 19, 21, 28, and 33), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the specified equipment; Warranty; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NMFS Mississippi Laboratories, 705 Convent Avenue, Pascagoula, MS 39567. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Friday, July 27, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov . Quotes submitted in response to this notice should include the following: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the commercial warranty that covers the equipment; a proposed delivery schedule. 3. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. MINIMUM SPECIFICATIONS: Contractor shall provide One (1) DIDSON Dual Frequency Sonar or equalivent. Sonar must have the following features, specifications, and/or salient characteristics to be considered equalivent: 1. Dual Frequency Sonar (1.8 MHz and 1.1 MHz) that allows imaging from 1 to 30 meters. 2. Viewing area of 12 by 29 degrees. 3. Autonomous Deployment Available w/Battery pack. So unit does not have to have any link to the surface. Can also be used to view images in real time with cables. 4. 8MB Compact Flash Option. Allows the unit to be used as an autonomous unit. 5. 4 to 21 frames per second recording capability. 6. Provides almost video quality images out to 12 meters to identify objects with 0.3 degree beam width. 7. Down range resolution of 3mm. 8. Up to 96 transmission beams with high frequency. 9. Small size ? 30.7 cm x 20.6 cm x 17.1 cm. 10. Depth rated to 1000 feet. 11. Sonar must be able to image moving objects and give near video like images. 12. Capable of detecting and measuring a 5cm fish at 10 m. range. 13. Can determine the direction of travel of a subject. 14. Automatic focus mechanism built in. 15. Motion detection capability built in. 16. Data software can count, size, and log data. Background: The Harvesting Systems and Engineering Division of the NMFS Mississippi Laboratories in Pascagoula, MS has been involved with modifications to commercial fishing gear to allow commercial fishing while protecting threatened, endangered and protected marine animals. For example, the Turtle Excluder Devices (TEDs) have been a big part of increasing sea turtle populations, although that increase is somewhat anecdotal. A good method to determine population estimates is needed to determine the status (endangered, threatened, or recovering) of these turtles. Also these estimates can be used to tell whether current conservation methods are working or if new regulations need to be implemented. Historically population estimates of sea turtles have been made by counting the adult females during nesting. These estimates do not take into consideration the number of male turtles nor sub-adult (pre-nesters) females. An in-water survey of sea turtles may prove to be a more accurate method of estimating sea turtle populations. One method of doing an in-water survey could be accomplished by sample trawling using shrimp trawls. Unfortunately this method puts sea turtles at risk of drowning and is inefficient due to having to make short duration tows. Researchers feel that observational surveys are preferable to capture methods and video observations work well when water conditions allow. Unfortunately, water conditions are often poor particularly in some areas with high turtle concentrations. Two areas that are well known for high sea turtle concentrations are Cape Canaveral, FL and Brunswick, GA. Turtles are common near the Cape Canaveral ship channel, but that water has a deep green cast and is often very turbid and in Brunswick ship channel the water is muddy and turbid. Additionally, we NOAA has trawling operations during the night and underwater lights often do a poor job of illuminating the subject and often affect the behavior of marine organisms. Also, there are depth limitations with video cameras due to lower light levels at depth and cable length restrictions. At present with cabled video cameras we are limited to trawling at depths no deeper than 100 feet. Therefore sonar is a better observational tool than video in that water visibility and light level have no effect on image quality. Projects Making Use of the Equipment: In-Water Turtle Surveys ? (Miami FL, Laboratory sponsors this system) it will be used for in-water surveys of wild sea turtles. Other methods of counting turtles such as nesting surveys are lacking in that males and sub-adult females do not get counted. Dolphin/Shrimp Trawl Interactions ? (Southeast Regional Office Sponsor) there have been a few occurrences of dolphins drowning in shrimp trawls in the Southeast Atlantic. The drowning occurred by dolphins going inside the net and from entanglement on the lazy line. A way to monitor dolphin interactions are need to determine how these drowning occurred. The DIDSON will allow us to see how dolphins interact with the trawl and make needed modifications to the trawl or the fishing methods to prevent further encounters. TED Research and Certification Tests ? TED certification tests are conducted once a year during June in Panama City, FL. Often additional testing is needed during the year using wild turtles. Known concentrations of wild turtles are known off of the Georgia coast and the Florida coast around Cape Canaveral, both areas are also know for poor water clarity, thus the DIDSON would be a better tool for this research then videotaping. Bycatch Reduction Research ? The DIDSON would be a useful tool in studying the ways that fish react to being caught inside of a trawl, this information would help to figure out how to exclude unwanted catch. Additionally sharks can be a nuisance to shrimp trawlers and understanding how sharks interact with the codend could lead to a solution keeps sharks away. Fish Trawler Research ? TEDs regulations appear to be coming for fish trawlers in the Mid-Atlantic region. A way to mitigate fish lose with the TEDs is greatly needed the DIDSON will be a useful tool in determining fish behavior in these trawls. Brand Name Justification: The DIDSON (Dual Frequency Identification Sonar) system is a unique product which uses a new sonar technology and is designed to provide high resolution images in turbid or low visibility waters. The DIDSON system can be used where optical systems tend to fail because sonar signals are not affected by water clarity or light levels as are optical systems. The DIDSON system gives sonar images that are similar to video images. Another limitation to current video systems is water depth. Current video systems require wire leads to allow real-time monitoring which limit the depth range due to the amount of video cable needed for the operation. The DIDSON system can operate with a battery pack which allows for autonomous deployment eliminating the need for video cables in situations when the use of cables is not feasible. All currently available sonar systems have been evaluated at trade shows and the DIDSON system is the only sonar system that NOAA NMFS Mississippi Laboratories is aware of that produces the detailed, high resolution image that is necessary to support its research. Other sonar systems created a good image of stationary objects but were not meant to be used for observing moving objects such as marine organisms. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Provide One (1) Dual Frequency Identification Sonar System With all necessary options, parts, and accessories as described herein. (DIDSON or equalivent) $___________ $__________ GRAND TOTAL: $_____________ The above price includes all the necessary equipment, shipping, operation manuals, and warranty. Manufacturer?s Name (of equipment quoted) ___________________________________ Brand (of equipment quoted) ________________________________________________ Model or Part Number (of equipment quoted) __________________________________ PROPOSED DELIVERY SCHEDULE: Proposed delivery date: ________________________ Delivery shall be FOB Destination to Pascagoula, MS. END OF NOTICE
 
Place of Performance
Address: NOAA/NMFS/MISSISSIPPI LABORATORIES, 705 CONVENT AVENUE, PASCAGOULA, MS 39567
Zip Code: 39567
Country: UNITED STATES
 
Record
SN01340425-W 20070714/070712220627 (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.