Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

B -- AUTO-DETECTION ACOUSTIC MOORING SYSTEM AND SUPPORT

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
NFFS7300-11-02500
 
Point of Contact
Mimi Antonio Hetzel, Phone: 206-526-6032
 
E-Mail Address
Mimi.A.Hetzel@noaa.gov
(Mimi.A.Hetzel@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 identifying sources that are capable of furnishing the National Marine Fisheries Service (NMFS) with the requirements below. Objective/Background: NOAA's National Marine Fisheries Service, National Marine Mammal Laboratory has a requirement to provide an Auto-Detection Mooring System for detecting bowhead whales in the Chukchi Sea and provide a temporal-spatial ocean noise model of the Chukchi Sea. The vendor shall: 1. Install and integrate onto a deployment platform the acoustic recording and satellite communications software of a real-time passive acoustic mooring system by notifying a land-based observation system via satellite of the call detection. The vendor shall provide all logistical and technical support as required. 2. Create a 4D animated model to map the footprint of anthropogenic noise in the Chukchi Sea oil and gas lease area and apply this model to quantify the ocean noise ‘budget' as well as quantify the contributions of anthropogenic sounds to the ocean noise budget and assess the influence of those anthropogenic sounds on the acoustic habitats of marine species. Scope of Work: Task 1 The vendor shall install and integrate onto a deployment platform the acoustic recording and satellite communications software of a real-time passive acoustic mooring system. This Auto-Detection Mooring System platform must include an ultra high-stretch electro-mechanical mooring hose that stabilizes the listening hydrophone by mechanically filtering surface buoy heave motions from the system, thereby preserving usable signal to noise ratio necessary for detecting bowhead whale vocalizations in all sea states. The platform must also provide a highly robust and reliable electrical pathway for signals to travel the length of the mooring all the way to the surface buoy. The system must contain auto-detection software that will automatically detect bowhead whale vocalizations which will then record and deliver the acoustic signals via satellite to a land-based server in near real-time. The vendor must deliver the system to Dutch Harbor, AK for onload before the start of each cruise. The vendor shall also lead field operations for the deployment and retrieval of the buoy during the cruise. The vendor shall provide all logistical and technical support. Task 2 The vendor shall create a 4D animated model to map and quantify the footprint of anthropogenic noise in the Chukchi Sea oil and gas lease area. This model must incorporate multiple noise sources and show the spatial-spectral-temporal variability of the acoustic habitat over ecologically meaningful scales for marine mammals in the area including, but not limited to, bowhead, humpback, gray, and fin whales as well as walrus and ice seals. The vendor shall begin work immediately on this model with empirical data previously collected from the Chukchi Sea oil and gas lease area and modify this model as needed with data collected from recorders deployed during the 2011 field season of this project. The vendor shall provide progress reports to coincide with the yearly January 15, April 15, July 15, and October 15 quarterly reports to the Bureau of Ocean Energy Management, Regulation, and Enforcement (BOEMRE, formerly MMS). Period of Performance: Performance begins on date of award through September 30th, 2014 with field deployment/retrieval during a 2012 cruise in August/September. Vendor Requirements: The success of the buoy depends on the knowledge and experience of the vendor as well as the mooring design, instrumentation, and software. Thus, the vendor must have proven success in designing, installing, operating, and deploying real-time auto-detection mooring systems. The vendor must also have successfully proven they can create an empirically supported animated four-dimensional model of ocean noise, and use this model to quantify the ocean noise ‘budget' of the study area and describe the spatial-spectral-temporal variability of the habitat over ecologically meaningful scales. Any resulting contract will be awarded as a firm-fixed price contract. The NAICS code for this requirement is 541990 and the small-business size standard is $7.0 mil. Interested firms shall provide, in writing, a brief narrative and documentation to support your firm's capability and experience meeting the requirements herein and include your firm's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, and so forth. Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to perform the services as specified above. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise that any procurement action that may be issued for the Government's requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Detailed information must be submitted by email to the Contract Specialist, Mimi Antonio Hetzel at mimi.a.hetzel@noaa.gov by 2:00 PM local Seattle time (PST), on Friday, March 11, 2011. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS7300-11-02500/listing.html)
 
Place of Performance
Address: Chukchi Sea, off of the coast of Alaska, United States
 
Record
SN02388334-W 20110227/110225234721-f4ea8f29af9afab31d9ca0b35bc8d009 (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.