Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
MODIFICATION

66 -- Pacific Marine Environmental Laboratory (PMEL) Argo Floats

Notice Date
11/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMAH000-15-00219
 
Archive Date
12/18/2014
 
Point of Contact
JULIA L. HAMILTON, Phone: 303-497-3487
 
E-Mail Address
julia.l.hamilton@noaa.gov
(julia.l.hamilton@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT PROJECT TITLE: Pacific Marine Environmental Laboratory (PMEL) Argo Floats LOCATION OF WORK: Supplies to be delivered to: Pacific Marine Environmental Laboratory (PMEL) Seattle, Washington NAICS CODE: 334519 - Other Measuring and Controlling Device Manufacturing and the small business size standard is 500 employees. The Government is especially interested in responses from SBA certified small business concerns that are capable of performing the work described within this notice. DESCRIPTION: Argo (www.argo.net) is an international effort to measure the temperature and salinity fields in upper two km of the global ocean by populating it with an array of approximately 3500 profiling floats equipped with CTD (conductivity-temperature-depth) instruments that telemeter their data to shore with minimal delay The contractor shall furnish the necessary personnel, material, equipment, services, and facilities to provide a model of profiling floats as specified below: Float Specifications/Requirements: Provide profiling floats as specified below that are deployment-ready (calibrated, assembled, ballasted, weighed, and tested), equipped with conductivity-temperature-depths (CTD) capable of sampling temperature, salinity, and pressure continuously throughout their ascent, then reducing those data by bin averaging at specified pressure intervals as close as 1 or 2 dbar. Floats should determine position by global positioning system (GPS) before transmitting those data to shore via Iridium (in either Router-Based Unrestricted Digital Internetworking Connectivity Solutions (RUDICS) or Short Burst Data (SBD) format). Float must be capable of a gross fractional volume change of at least 1.15% and ballasted to allow profiling from 2000 dbar to the near-surface (4 to 1 dbar, shallower is better) in all regions of the ocean. Float Specifications/Requirements: (1) Floats must be capable of a minimum gross fractional volume change of 1.15% and ballasted to allow cycling between the surface and 2000-dbar pressure over the entire global (ice-free) ocean. (2) Floats must be able to park for predetermined 1-20 day periods at a different predetermined subsurface pressure than their profiling pressure ("park and profile" capability). (3) Floats must be capable of continuously sampling from 2000 dbar to the near surface (4 to 1 dbar, shallower is better) then reducing those data by bin averaging at specified pressure intervals as close as 1 or 2 dbar. (4) Floats must have sufficient energy in their delivered configuration (or after retrofitting to lithium batteries by the Government) to perform the above functions for a minimum period of at least 6 years with a duty cycle of 10 days (219 or more cycles). More cycles are better. (5) Floats must have demonstrated performance, with examples of deployed instruments successfully performing the above functions for at least 80 cycles. More cycles and higher survival rates are better. (6) Floats must be light enough (<30 kg) to ensure that deployments from a variety of platforms including volunteer observing ships (VOS) are feasible. Lighter is better. (7) Floats must be delivered to the Government FBO Destination in boxes sufficiently sturdy to protect the floats prior to deployment, while in transit, and onboard ship or aircraft. (8) Float boxes must be built to accommodate stacked loading and moveable with a forklift or pallet jack, and be suitable for export to most countries (e.g. all wood components of appropriately treated plywood). (9) Float CTDs must have average initial measurement accuracies of +/-0.002 C in temperature, +/-0.005 PSS-78 in salinity, and +/-3 dbar in pressure. (10) Float CTDs must report back data to a resolution of 0.001 C in temperature, 0.001 PSS-78 in salinity, and 1 dbar in pressure. (11) Float CTDs must have demonstrated reliability and stability of +/-0.01 C in temperature, +/-0.02 PSS-78 in salinity, and +/-6 dbar in pressure over multi-year missions. (12) Floats must send back sufficient data to determine their vertical ascent rate through any given measurement bin to within an accuracy of +/-10%. (13) Float CTDs must use a system that ensures temperature and conductivity measurements are made within the same controlled volume of water. (14) Float CTDs must employ conductivity cells with antifouling protection by diffusion of tri-butyl tin in a controlled volume (no cell coatings). (15) Floats (and accompanying instrumentation, including CTDs) must pass Government tests for performance to the satisfaction of Government personnel, or be replaced/repaired by the contractor at the contractor's expense (including shipping costs in both directions) and arrive at the specified Government delivery address within 2 months of notification to the contractor by the Government of a problem and availability of float for shipping from the specified Government address. (16) Contractor must provide the Government any unusual or customized tools required for float modification, repair, and communication (e.g. special wrenches, vacuum fittings, communications interfaces, and so on), as well as initial training (Government personnel may travel to a Contactor's facility at Government expense for this purpose) and subsequent advice for Government personnel in float testing, repair, and communication as requested by the Government. (17) Contractor must provide a manual or manuals (and any associated software) that include instructions on deployment, float self-tests, and data decoding specifics. (18) Floats must be capable of self-activation upon deployment. (19) Floats must be designed to withstand shipment including by land, sea, or air, prior to deployment. Desirable But Not Essential Instrument Features: (1) Biodegradable packaging enabling deployment from a rapidly moving vessel (2) Floats with sufficient energy in their standard configuration to perform the above functions for more than 6 years with a duty cycle of 10 days (more than 219 profiles). (3) Iridium/GPS floats using Iridium SBD rather than Iridium RUDICS. (4) Floats with tested ice detection and avoidance software. TENTATIVE SOLICITATION ISSUE DATE: December 19, 2014 TENTATIVE PROPOSAL DUE DATE: January 22, 2015 ANTICIPATED AWARD DATE: March 13, 2015 DELIVERY SCHEDULE: Orders placed of twelve (12) items or less will be required to be delivered within sixty (60) calendar days after award of the order. Orders greater than twelve (12) will be delivered in increments of twelve (12), with the first twelve (12) floats to be delivered within sixty (60) calendar days after award of the order and the remaining to be delivered in increments of twelve (12) every thirty (30) calendar days thereafter. CONTRACTOR REGISTRATION: To be eligible for award, a contractor must (1) be registered in the System for Award Management (SAM) at www.sam.gov. All offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or online at https://eupdate.dnb.com, then click on "D&B D-U-N-S Number". Interested parties should email the Company Name, DUNS number, Point of Contract, telephone number, and business size standard to the Contract Specialist. If potential vendor is a GSA contract holder please notify the Contract Specialist if item is available on schedule. All correspondence to this notice may be submitted via e-mail to Julia Hamilton, Affiliate, Contract Specialist, at julia.l.hamilton@noaa.gov. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. Firms that are interested in sub-contracting opportunities related to this project should contact interested contractors with inquiries, not the Contracting Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMAH000-15-00219/listing.html)
 
Place of Performance
Address: Pacific Marine Environmental Laboratory (PMEL), Seattle, Washington, United States
 
Record
SN03582981-W 20141128/141126234351-d63955b3ba18cb404730f7160666c521 (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.