Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

58 -- Juvenile Salmon Acoustic Telemetry System (JSATS), NWD

Notice Date
4/8/2009
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-09-R-0028
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Dawn Simpson, (503) 808-4607<br />
 
Small Business Set-Aside
N/A
 
Description
The Northwest Division, US Army Corps of Engineers (NWD, USACE) has developed and demonstrated a Juvenile Salmon Acoustic Telemetry System (JSATS) consisting of acoustic micro-transmitters (tags) and autonomous, cabled, and portable/mobile acoustic receivers for evaluating behavior and survival of juvenile salmonids migrating through the Columbia River Federal Power System (FCRPS). Receivers have been deployed at large hydro-electric dams, free flowing sections of the FCRPS as well as the estuary of the Columbia River. Self-contained autonomous receivers that detect, decode, and store decoded messages are typically deployed in areas within the Columbia River basin where a power source is not readily available and cable runs not feasible for a variety of reasons. Cabled receivers detect, decode, and store decoded messages, time of arrival, and message waveforms as received on up to four hydrophones at large hydro-electric dams within the FCRPS. Numbers of clusters form arrays that are time synchronized using time obtained from GPS receivers. Cabled receivers are used for estimating route and time of passage including 2D and 3D position estimates for tagged fish. Portable receivers detect, decode, store, and display transmitted signals for in laboratory transmitter testing and for displaying and entering transmitter codes at the time of tagging. A mobile receiver consisting of a single 4 hydrophone cluster deployed from a single boat has been used to provide 2D and 3D position estimates on actively migrating tagged fish. The USACE intends to award a multi-year (1 year with 4 option years) indefinite delivery/indefinite quantity fixed-price contract for the manufacturing of the above receiver types. In addition to manufacturing this contract will include line items for the repair and refurbishment of existing and future JSATS receivers; and support services for installation and use of each receiver type. All functional specifications for the JSATS are government owned and will be provided in the solicitation package. Where applicable, the design specifications and drawings for existing JSATS receivers will be provided. Hydrophone assemblies designed specifically for JSATS receivers will be provided by the government. This procurement action shall be conducted in two phases, an evaluation phase and a production phase. In order to be eligible for award, and as part of the evaluation criteria, the offeror must demonstrate that their JSATS receiver meets the functional and design specifications provided in the solicitation. The USACE will use lowest price, technically acceptable protocols for selection of up to 3 qualified firms. These firms will be awarded contracts to enter into the evaluation phase (Phase I) of this action. The evaluation phase shall consist of the preparation of a fully functional prototype receiver(s) that will be evaluated for performance by a USACE contractor. Following acceptance testing of prototype receivers the USACE will use Tradeoff/Best Value protocols to select a single company to enter into the production phase (Phase II) of the contract. Evaluation and rating factors will be included in the solicitation when issued. The solicitation, Request for Proposal (RFP), outlining receiver specifications will be posted and ready for downloading on or about 29 April 2009. The solicitation will be available via the internet at either websites; the Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi/default.cfm and Federal Business Opportunities https://www.fbo.gov. Please submit 1 original and 5 copies of the proposal, which is due on or about 27 May 2009 by 4:00 pm Pacific Time. Faxed or emailed copies of the proposal WILL NOT be accepted. The Technical Manager point of contact is Brad Eppard at 503-808-4780 or email at Matthew.B.Eppard@usace.army.mil and the Contractual Administrator point of contact is Gregg Gulledge at 503-808-4634 or email at Gregg.C.Gulledge@usace.army.mil. Offerors are responsible for checking either website for any amendments or update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document posted at the referenced website(s). To obtain automatic notifications of updates to this solicitation, you must register at the site(s) to receive such notifications. Also, if there are questions you have to be answered regarding this project, please register to ProjNet to post your questions at website https://www.projnet.org/projnet/binKornHome/index.cfm. This procurement is unrestricted and open to all interested concerns, including small businesses. In order for contractors to conduct business with our agency, which is apart of the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the website and register for free at http://www.crr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7275ff6657dfc3629723fc56a4ba210c&tab=core&_cview=1)
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT-S, Gregg Gulledge) P.O. Box 2946 Portland OR<br />
Zip Code: 97208-2946<br />
 
Record
SN01788062-W 20090410/090408215402-7275ff6657dfc3629723fc56a4ba210c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.