Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOURCES SOUGHT

66 -- Underwater Slocum Battery Operated Gliders

Notice Date
2/5/2009
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133R-09-SS-0001
 
Archive Date
2/27/2009
 
Point of Contact
Judi M. Jzyk,, Phone: (206) 526-6039
 
E-Mail Address
judi.m.jzyk@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
NOTICE : THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified small business concerns capable of providing two underwater Slocum Battery Operated Gliders with the following specifications: Two underwater capable, battery powered gliders with the following minimum specifications: (1) Capability to monitor the ocean ambient acoustic noise using PMEL's wide band hydrophone and acoustic data logger. While the acoustic noise is being measured, quietness without glider's self-mechanical noise is important. (2) Capability to Operate at a minimum depth of 1000m. (3) Endurance and range: minimum 30 days (4) Minimum endurance 1000km (5) Iridium communication: Only Rudics (6) Sensors: CTD, Fluorometer (or Fluoroscence sensor), Dissolve Oxygen Sensor (DO) NOTE : If Fluorometer (Fluoroscence sensor) or DO is not standard, glider must have the following minimum requirements provided: (a) Easy to deploy deployment carriage (b) Payload space at least 8"X10"dry space dedicated for user (c) Interface through dedicated line (d) Modifiable software code by the consumer (e) Hydrophone mounting capabilities (f) Option to add more sensors (g) Ability to communicate to vehicle enabling quite operations for hydrophone data collection (h) Ability to make modifications required for acoustic noise control (i) User friendly shore server to control the vehicle. (7) Provide technical support (8) Delivery should be a maximum of four (4) months from award of contract It is anticipated that a firm-fixed price contract for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD) will be awarded. The North American Industry Classification Code (NAICS) is 334513 with a size standard of 500 employees. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). NOTE : THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No paper solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit in writing, its name, address, point of contact, telephone number, business type and size and a brief narrative regarding its capability to provide the required services. The following is the information that must be addressed in the response to assist the Government in determining the availability of qualified small business concerns for the requirement: (1) Demonstrate relevant experience, expertise, and qualifications of providing underwater capable slocum battery powered gliders to meet minimum specifications (listed above). (2) State if teams or joint venture is being considered and if have worked on previous projects or if the team/joint venture would be assembled for this solicitation; (3) Provide a list of at least 5 but no more than 10 projects, which are similar in scope and complexity as noted above with points of contact from the customer; (4) Demonstrate the company is able to provide a working, technically acceptable glider within the time period listed above in requirement 8 (within four (4) months of contract award). It is the Government's intent to analyze responses from firms which can operate in the areas of consideration as specified above. In the event that firms are not considered qualified in these locations, the Government may seek firms which can provide the required services nationally and without restriction to size standards. Detailed information must be submitted by email to Kate R. Steff, at the email address stated below by 12:00 noon, February 12, 2009. Questions of any nature must be addressed in writing to kate.r.steff@noaa.gov. NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1d3088e115de66aed28f3d64945721e&tab=core&_cview=1)
 
Record
SN01745003-W 20090207/090205215927-c1d3088e115de66aed28f3d64945721e (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.