Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

58 -- NOTICE OF INTENT TO AWARD SOLE-SOURCE CONTRACT

Notice Date
2/28/2011
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USGS OAG SACRAMENTO ACQUISITION BR.MODOC HALL, CSUS3020 STATE UNIVERSITY DRIVE EASTSACRAMENTOCA95819-6027US
 
ZIP Code
00000
 
Solicitation Number
G11PS00185
 
Response Due
3/11/2011
 
Archive Date
4/10/2011
 
Point of Contact
Jeffrey Caravelli
 
E-Mail Address
jcaravelli@usgs.gov
(jcaravelli@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Geological Survey, Office of Acquisition and Grants, Sacramento Branch intends to contract on a sole-source basis with Telonics, Inc. of Mesa, AZ for approximately Q100 model LPT-145 satellite telemetry transmitters with pressure transducer intended for remote deployment (via crossbow or jab stick) on Pacific walruses. The transmitters will be fit with attachment anchors provided by the USGS. The transmitters must be capable of:1)Remote deployment on walruses without the use of immobilizing chemicals;2)Enduring physical shocks of remote deployment and daily wear on free-ranging walruses inhabiting ice bearing waters and coastal haulouts;3)Acquiring walrus haulout and foraging behavior records based on hourly on-board processing of conductivity and pressure transducer sensor data as specified by USGS (hauled out = 1 if more than 90% of conductivity readings indicate a dry state; and forage = 1 if more than 50% of pressure readings indicate a depth of 10m or deeper);4)Producing transmissions that may be relayed through the Argos satellite data collection system that encode a message containing 119 hours of accumulated behavior data, a low voltage indicator, and a check sum;5)Producing a minimum transmission power of 0.5 watts;6)Achieving a mean minimal functional longevity of 7 weeks with a daily duty cycle of 12 hours on and a 60 second transmission interval; and7)Being fit with a mechanism that allows activation of the transmitter under arctic field conditions.To enable remote deployment of transmitters units shall not exceed 140g mass and shall be configured to accept a deployment mechanism that may be propelled by a crossbow (or jab stick) and to be securely fit to a standard USGS sub-dermal anchor. To ensure secure attachment to target walruses, the units must be securely fit with a standard USGS walrus anchor. To ensure optimal battery reserves for each deployment, USGS requires that units be built in small batches in the months prior to planned deployment expeditions. The proposed action will be a firm-fixed price contract for commercial items (Telonics model LPT-145, slightly modified), and may awarded on a sole-source basis under the authority of the test program for certain commercial items, section 4202 of the Clinger-Cohen Act of 1996, as implemented at Federal Acquisition Regulation (FAR) 13.501(a). Telonics, Inc. is the only known source capable of manufacturing transmitters that meet the requirements described above. After award, as required by FAR 13.501(a)(1)(iii), the full justification and approval document for this proposed sole-source action will be made available for public inspection.Other interested sources may submit a capabilities statement to the Contracting Officer via email at jcaravelli@usgs.gov for the purposes of determining whether competitive opportunities exist. Capabilities statements must specifically address the requirements described above and demonstrate existing product that meets these requirements capable of being delivered not later than 01 July 2011. Capabilities statements must be transmitted not later than close of business local time Friday, 11 March 2011 to be considered for this immediate acquisition.NAICS 334220, PSC 5820.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00185/listing.html)
 
Record
SN02389088-W 20110302/110228234232-9d349ac6e7ec6b768a6521d1c7f89611 (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.