Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

66 -- GEODE 48 Channel In Field Seismograph

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road, Pittsburgh, PA, 15236-0070, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
000HCCFB-2007-40434
 
Response Due
3/3/2007
 
Archive Date
3/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institute for Occupational Safety and Health, Spokane Research Laboratory has a requirement for a Geode 48-channel continuous recording system, with optional configuration as two 24-channel systems. IDENTIFICATION OF REQUIREMENT: A rugged portable multi-channel exploration seismograph system is required for mine safety research projects conducted in NIOSH/SRL. One noteworthy application is the detection and location of seismic signals produced by a trapped miner tapping on a mine roof. The system must be rapidly deployable and modular in design to facilitate distributed deployments. A minimum of 48 channels are required with the ability to expand to include additional channels. Individual modules must be capable of operating as self-contained units with GPS time synchronization and as part of a larger integrated synchronized network. The maximum channel count of individual modules shall be 24 channels with a minimum channel count of 8. Minimum nominal digitizer resolution shall be 24-bit. User-selectable sampling rates shall include options extending from 0.125 to 4 milliseconds with specific options for 0.25, 0.5, 1.0, and 2.0 milliseconds. Internal preamplifier gains must be software selectable with one of the choices equal to 36 dB or 40 dB. Noise floor of the system must be low enough that natural background vibrations at low-noise continental US (USGS reference model) sites can easily be resolved over the bandwidth 5 ? 500 Hz with suitable conventional geophones and ordinary deployment practices. Conventional exploration seismograph features such as software to facilitate setup of distributed geophone arrays and conduct of refraction measurements, filtering, stacking, and plotting shall be provided. The system must be capable of continuous recording of 48 waveform channels sampled at 2000 Hz with data written to disk in contiguous, non-overlapping, gapless, one-minute long files in SEG-Y or SEG-2 format. Continuous unfiltered display of all 48 channels shall be possible in real-time with option of viewing low-pass, high-pass, bandpass, and/or notch filtered continuous real-time waveform data. System must be capable, with appropriate software, of self-triggering or ?event triggering? of all modules using threshold or STA/LTA style triggering. Software must include in-field refraction processing capability and automatic phase picking. Conventional exploration?style geophones must be digital-grade 14-Hz with land cases, spike mounts, weather-resistant connectors and 1.5 m leader lengths. Spread cables equipped with matching weather-resistant connectors should contain 24 takeouts spaced at 40-foot intervals. Spread cables with end connectors must be segmented into ~480-ft lengths and fit onto supplied portable hand-crank cable reels. Module housing must be rugged, suitable for portable deployment (no more than 10 lbs per module) and weatherproof. Units must have 12-VDC low-power consumption and be completely compatibility with standard laptop computers running Windows 2000/XP. Responsible sources that believe they possess the expertise and capabilities identified above are encouraged to submit to the Contracting Officer within 15 days from the posting date of this notice their capabilities statement and supporting information in the format they choose, not to exceed 10 pages. Please forward capabilities and supporting information to: Margaret L. Mooney, Reference 000HCCFB-2007-40434, CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh, PA 15236, MMooney@cdc.gov. All vendors must be registered in the Central Contractor Registry (CCR) prior to award of a federal contract. Vendors may register at www.ccr.gov. The government will review any/all capabilities statements and supporting information submitted and determine if other qualified sources do exist that could provide the requirement. Information received in response to this notice will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 13.106-1(b)(1), negotiations will be conducted with Geometrics, Inc, San Jose, CA as the only source and a purchase order will be issued without any additional notices being posted. The primary reason for selecting this entity is to provide the Geode 48-channel continuous recording system. The Geode system can write continuous, sequential, one-minute long, 48-channel, 2000 samples per second data files to hard disk. It can synchronize the recorded time bases to UTC time via GPS receivers. It can operate in event-trigger mode. It provides a continuous real-time display of all channels with user-selectable filtering options. (http://www.geometrics.com/seismographs/Geode/geode.html )
 
Place of Performance
Address: NIOSH Spokane Research Laboratory, 315 Montgomery Avenue, Spokane, WA
Zip Code: 99207-2223
Country: UNITED STATES
 
Record
SN01233740-W 20070218/070216220426 (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.