Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOURCES SOUGHT

59 -- Custom designed Transmitter collars for entangled whales

Notice Date
7/16/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
NFFM51001018900
 
Archive Date
8/17/2010
 
Point of Contact
Francena Monell-Simard, Phone: 978-281-9247
 
E-Mail Address
francena.monell-simard@noaa.gov
(francena.monell-simard@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce National Oceanic and Atmospheric Administration (NOAA)/National Marine Fisheries Service, Gloucester, MA 01930 is issuing notice of intent to negotiate firm fixed price archival ARGOS/GPS/VHF satellite tags. These telemetry tags currently being used by NOAA Fisheries Service in the North Atlantic were custom designed to withstand the requirements of being towed by a large whale. The tags are deployed on custom buoys designed to exactly fit the dimensions of the tags and be towed behind the whale using existing entangling lines or gear added by a response team. These attached tags then allow response teams to relocate the animal for additional disentanglement attempts. This has increased the safety of our responses and increased the disentanglement success rate. The ARGOS/GPS portions allows our response teams to stage in the appropriate location. The VHF portion then allows our teams to relocate the animal by using VHF directional equipment. All the tags used match the response capabilities of the locating equipment within our network. Currently there are close to 30 tags located from Maine to Florida, each with receiving equipment and a custom buoy. The requirements are as follows: Telemetry tags: ARGOS, GPS and VHF capable Tag shell: Titanium or similar hardness Depth rating: 600m Shelf life: 5 Years Field life: 2 months, saltwater switch on top of tag to conserve battery life Repetition rate: 60 seconds Output power: 500 mW Transmission duty cycle: 24 hours Dimensions: Tag body - minimum of 10 inches long by 2 inches in diameter Antenna height - minimum height of 19 inches from bottom of tag body Salt water switch - minimum height of 12 inches from bottom of tag body Attachment device - 5/16" vertical hole starting 3/8" inch from the bottom of tag to fit existing telemetry buoys Initial startup time: no longer than 10 minutes in a new location Magnet shut off Batteries replaceable for roughly 10% of cost after use GPS data must be downloaded remotely VHF frequency between 148-152 MHz with exact frequency determined by user during production To be considered, firms must furnish detailed information concerning their capability to provide these items. Such information shall include, at a minimum, name, telephone number and address of concerns for which you have furnished item previously. Information should provide sufficient detail that demonstrates the firm's knowledge and ability to perform the requirement. Only affirmative responses to this notice will be evaluated to the extent necessary for the Government to determine whether it is feasible to conduct a competitive acquisition considering demonstrated knowledge and experience. Submissions received in response to this notice shall be evaluated based on demonstrated technical ability to successfully provide the required services as stated herein. This notice is for service for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties must respond within (15) days after publication of this notice. If no affirmative responses are received, the government intends to issue a purchase order to Telonics. NOAA Fisheries has been working with Telonics for over 10 years we have also customized our rescue equipment to fit these specific tags. Faxed responses can be sent to 978-281-9117, Attn: Francena Monell-Simard. A determination by the Government not to compete this proposed acquisition based upon the response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NOAA Acquisition office requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, 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. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 978-281-9117. Attn: Francena Monell-Simard.. The requirement is necessary to support NMFS mission to provide assistance in developing resolutions for the advancement of healthy and populated marine species for the betterment of fishing communities, healthy human consumption, and recreational engagement. The statutory authority is 41 US 253(c)(1), Only One Responsible Source. The government intends to award a firm-fixed price purchase order for this requirement. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302(c)(1). The applicable NAICS code is 334220. All applicable awards shall be in compliance with Homeland Security Presidential Directive 12 (HSPD-12). CAR Clause 1352.239-73 Security Processing Requirements for Contractors/Subcontractor personnel for accessing DOC information Technology Systems (JUN 2006) will apply. Interested parties may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses shall be submitted by 8:00 AM August 2, 2010 EST. This notice of intent is not a request for competitive proposals. Inquiries will only be accepted via email to francena.monell-simard@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NFFM51001018900/listing.html)
 
Place of Performance
Address: 55 Great Republic Drive, Gloucester, Massachusetts, 01930, United States
Zip Code: 01930
 
Record
SN02209258-W 20100718/100716235535-3ef7e9de12f889305b192ab9f3a33b5c (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.