Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOLICITATION NOTICE

66 -- TRANSDUCERS IN ACCORDANCE WITH THE ATTAC

Notice Date
7/15/2016
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00657
 
Response Due
7/22/2016
 
Archive Date
8/31/2016
 
Point of Contact
Harris, Jason
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The Department of the Interior (DOI), U.S. Geological Survey (USGS), is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334511 with a Small Business Size Standard of 1,250 or less employees for an upcoming requirement for the USGS ¿ Great Lakes Science Center (GLSC) located in Ann Arbor, MI for transducer equipment in accordance with the salient characteristics listed below. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Salient Characteristics - Equivalent or Similar to: *Equipment shall be equivalent or similar to 420 kHz 10 ° DT-X Single Beam Digital Transducer (stock#: HPR-DTT-4201010) with Integrated Orientation Sensor (including transducer, orientation sensor, cable connections). *Equipment shall be equivalent or similar to 120 kHz 10 ° DT-X Single Beam Digital Transducer (stock#: HPR-DTSP-1206) with Integrated Orientation Sensor (including transducer, orientation sensor and cable connections). *Equipment shall be equivalent or similar to DT-X HPR digital signal deck cable, 75 foot HPR-DTCA-75. *Equipment shall be equivalent or similar to Equivalent to DT-X HPR digital signal deck cable, 25 ft HPR-DTCA-25. *Equipment shall be equivalent or similar to having the capability to upgrade one existing DT-X surface unit for multiplexing with more than two transducers. *Transducer and cable pair shall be compatible and interchangeable with our existing surface units and existing 38 and 120 kHz transducers in place on our large research vessel. *Upgrade shall result in the ability to multiplex on both channels as well as provide the ability to process HPR sensor data. *Transducers shall have round backing plate with diameter not exceeding diameter of transducer housing and must mount vertically and be equipped with a cable attachment location to allow vertical travel of the cable through the transducer mounting spool used in our through-hull application. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small business firms; and (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 334511 if their AVERAGE number of employees for the preceding three (3) years were less than or equal to 1,250. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, email addresses; and (b) in what capacity (e.g., prime, subcontractor, etc) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered in System for Award Management (SAM) https://www.sam.gov. You will also be required to provide you small business status information either via the RFP or the On-line Representations and Certifications (ORCA) website before an award can be made. You on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT July 22, 2016 at 3:00pm MST via e-mail to: jharris@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities (Fedbizopps.gov) website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00657/listing.html)
 
Record
SN04184646-W 20160717/160715234631-70c33ffe29472d4e31a40bf91214645a (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.