Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOURCES SOUGHT

66 -- 66 - Oceanographic Equipment

Notice Date
1/23/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NRMAD000-6-00562SLW
 
Response Due
2/3/2006
 
Archive Date
2/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notice of intent to obtain three (3) Conductivity Temperature and Depth (CTD) Sensors: To be considered interested parties must be able to demonstrate their ability to provide the oceanographic equipment that meets the following specification: The minimum functional requirements for this instrument are as follows: Salinity being a derivative of the temperature and conductivity of sea water, our coral reef monitoring requires a Conductivity precision factor greater than or equal to 0.0003 S/m accuracy with a 0.00001 S/m resolution. The Temperature must also have 0.002 0C accuracy with a 0.0001 resolution. The ICON (Integrated Coral Observing Network) Project already solely incorporates Falmouth Scientific (FSI) NXIC Series CTD?s. Therefore new units must be able to directly plug into and operate with our existing hardware and software. The hardware aspect relates to the special fish bite proof cable manufactured by Cortland Cable. This cable has to have a larger than usual connector and all of our underwater and surface instruments have this bulkhead connector installed. The current software in use is FSI CTD Pro. Due to the mounting specifications for the CTD the project requires instruments that do not suffer from proximity effects and are able to be cleaned by divers without affecting factory calibration. The CTD must incorporate passive antifouling controls that are not detrimental to the marine environment. The CTD must also be able to accept 4, 0-5V and 1 RS 232 ancillary sensors, internal memory storage and internal battery pack. The CTD sensor must record the conductivity, temperature and depth internally while simultaneously up loading the data via the RS-232 interface to our data logger, which transmits the data hourly via Geostationary Operational Environmental Satellite (GOES) satellite. If any problems arise and transmission to the GOES satellite stops or the external power drops below 12vdc, no conductivity, temperature or depth data is lost. Associated computer and software must provide easy method development, quality assurance and control and data formats that easily import into our laboratory information management system. Specific Technical Specifications include:Conductivity: Range 0 to 70 mS/cm, Accuracy 0.003 mS/cm, Resolution 0.0001 S/cm,Temperature: ?5 to +350C, Accuracy 0.002, Resolution 0.0001,Depth: 0 to 20 meter Full Scale, Accuracy 0.1% of Full Scale, Resolution 0.002%, Full Scale, Non External Inductive Conductivity Cell free from proximity effects, Memory: 2048k Byte non-volatile FLASH memory, Data Storage: Conductivity, Temperature, Depth and Time = to 185,000 samples, Real-Time Clock: Accuracy ? 2.6 minutes/year,4 0-5V analog, and 1 RS 232 ancillary input,Internal Battery backup: 80,000 samples (incase of solar power failure) 7.2ahr Alkaline battery pack, which can be, shipped separate from instrument without hazardous material restrictions, External Input Power: 40ma @ 9 to 24vdc,Passive, non TBT based antifouling controls, with diver cleanable conductivity cells, The system must include a one-year warranty, parts, labor and travel. All computer hardware and software must be better or equal the current software in use. To be considered, firms must furnish detailed information concerning their capability to provide the supply and satisfy the Government?s needs. Along with descriptive literature to support the equipment being offered. Such information shall include, at a minimum, name, telephone number and address of concerns for whom you have furnished this supply previously, and detailed narrative that describs your facility and ability to provide the sensor that will meet the requirements described herein. This notice is for a supply for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties must respond within (10) days after publication of this notice. If no affirmative responses are received, the government intends to issue a purchase order to Falmouth Scientific, Inc. Faxed information can be sent to 816-294-6993, Attn: Sharon Walker. The Central Region Administrative Division (CRAD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-426-7530. Attn: Sharon Walker.
 
Record
SN00971230-W 20060125/060123212504 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.