Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SPECIAL NOTICE

58 -- Sole source

Notice Date
9/13/2018
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO CA 95819-6027 US
 
ZIP Code
00000
 
Solicitation Number
140G0318Q0162
 
Point of Contact
Riccomini, Joseph
 
Small Business Set-Aside
N/A
 
Description
Special Notice of Intent to Award a Sole Source Procurement THIS IS NOT A REQUEST FOR QUOTE. THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE AWARD. The USGS, OAG Sacramento intends to award a firm-fixed price contract under the authority of FAR 13.106-1 to Telonics of Mesa, AZ for 30 each LPT-205 transmitters. The DOI USGS Alaska Science Center (ASC) requires remotely deployed satellite-linked transmitters to continue to obtain data on how the Pacific walrus is responding to a changing arctic ecosystem and potential influences from increased human activities in the Arctic. USGS worked with Telonics in autumn of 2008 and spring of 2009 on a second round of product development to extend functional longevity and ensure data integrity. Product improvements included development of a superior energy delivery system and reduction of the tag size. Deployments of the improved tag (Telonics model LPT-145) in 2010 demonstrated greater functional longevity and increased data integrity. Telonics has demonstrated a solid commitment to working with USGS to continually improve this telemetry system to meet the USGS science needs. Each year after deploying tags, Telonics worked closely with USGS to interpret data recovered from the tags for clues that could lead to improved longevity without sacrificing data collection.. In 2015 USGS contracted with Telonics to develop a lighter implementation of this tag design that offered a more flexible duty cycling algorithm and that yielded tag performance diagnostic data ancillary to the primary data. This effort (Telonics tag model LPT-205) successfully reduced the mass and dimensions of the tag while still meeting the base functional requirements. This LPT-205 model forms the basis of comparison for comparable offerings. Data on how the Pacific walrus is responding to changes in the arctic ecosystem is required by the Department of the Interior (DOI). The Pacific walrus is a high-profile species managed by DOI, subject to a substantial Alaska Native subsistence harvest, and has been formally reviewed for an Endangered Species Act listing. Furthermore, DOI has leased sizable tracks of offshore lands for oil and gas development in a region that is used heavily by female and young walruses for foraging throughout the summer. DOI requires a refined understanding of walrus movement and numbers in these lease sale areas. Ice free conditions in recent years have resulted in unprecedented movements of walruses to U.S. Chukchi Sea coasts. The altered movements and foraging patterns of these walruses and their unprecedented arrival in the tens of thousands on U.S. Chukchi Sea coasts have captured global media attention. Reliable data collection tools are required to place these new phenomena in a scientific context so that DOI may make sound management decisions. Collection of foraging and tracking data by the requisitioned tags enables consistent collection of these data. Purchasing of these tags from the identified vendor is in the best interest of the USGS. This is a sole source notice published for informational purposes only and not a request for competitive quotes. Therefore, no solicitation document exists for this requirement. However, all responsible parties interested in responding to this notice are invited to submit a capability statement by the time and date specified in this notice that provides sufficient details for consideration by the Government, via email to: jriccomini@usgs.gov.The determination not to compete the contract based on the responses to this notice is solely within the discretion of the Government. Phone calls will not be accepted in response to this notice. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these supplies/services. Verbal responses are not acceptable and will not be considered. The Government reserves the right to cancel this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0318Q0162/listing.html)
 
Record
SN05087356-W 20180915/180913231103-f88465e83d61c4feeb3da2c59dccd842 (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.