SOURCES SOUGHT
B -- MULTIPLEXING FDX-B PIT TAG TRANSCEIVER SYSTEM
- Notice Date
- 5/31/2007
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AB133F-07-RP-0122
- Response Due
- 6/11/2007
- Archive Date
- 6/26/2007
- Description
- NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of satisfying the below requirement. The National Marine Fisheries Service (NMFS) has a requirement for a replacement FDX-B PIT-tag transceiver that can operate multiple antennas for in-stream applications. The main purpose of a multiplexing transceiver is to record information on tagged fish that pass within the reading field of the installed antennas. The transceiver must be able to auto-tune the antennas as environmental conditions (e.g., water levels) change, consume low power, and control the multiple antennas needed to span the width of streams and rivers. With an improved multiplexing transceiver, the government anticipates being able to monitor larger rivers than is presently possible. This might be accomplished by installing multiple transceivers at a single location or by having a transceiver that could control a minimum of 12 individual antennas with a faster switch time between antennas than the present 30 msec. In order for the multiplexing transceiver to have the flexibility to work well for known and future unknown applications, the government wants to separate the transceiver electronics into multiple enclosures based on function. In other words, to have the electronics necessary for the antenna performance be located in an enclosure installed near the stream and have the electronics for control and data collection be located in an enclosure installed farther away from the stream (e.g., 500-1000 ft away). In this transceiver concept, there would be one satellite antenna-controller node (ACN) for each antenna. Each ACN would communicate with a master controller (MC) where the data would be stored. Since the separate enclosure approach has not been used in previous PIT-tag transceivers, the government require the development of the new multiplexing transceiver to be done in phases to ensure that the satellite antenna-controller node approach works before proceeding to work on developing the more traditional parts of the transceiver. Vendors must have (1) experience designing FDX-B PIT-tag transceivers for fisheries applications, (2) experience designing multiplexing PIT-tag transceivers, and (3) experience designing PIT-tag antennas for stream applications, and will be required to accomplish the following requirements: (1) Develop a document that describes the overall multiplexing transceiver including functional level descriptions of both the master controller and an individual antenna controller node. This document will include a description of all of the features of the multiplexing transceiver system as well as all of the host interfaces. The deliverable shall be a document describing the system design within one month after a contract is issued. (2) Development of the Antenna Controller Node - Functional Engineering Prototype: The contractor will design and develop a ?stand alone? ACN. Each ACN will be able to operate independently and provide a serial output that contains received tag information. The design will include all aspects of the ACNs: hardware (both analog and digital), software, communication protocols, and the design criteria for the antennas that will be attached to them. Each ACN must minimally be able to operate a 20 ft x 4 ft antenna. The water-tight enclosure for an ACN will also be developed, but not prototyped. The deliverable will be a functional engineering prototype of a stand-alone CAN without a water-tight enclosure, and will include a functioning 20 ft x 4 ft antenna. The deliverable will be required within five months after award of the contract. (3) Development of the Master Controller - Functional Engineering Prototype: The contractor will design and develop the MC. During this phase the MC hardware and software will be developed including the communication protocols to the ACNs and to the host. At this point, the software will include the basic tag-recording function as well as limited reporting and diagnostic capabilities. The deliverable will be a functional engineering prototype of a system with one MC and two ACNs (and their antennas), and will include prototype water-tight enclosures. This deliverable will be required 6 months after item (2) above has been accomplished. (4) Final design completion with delivery of a complete system: The contractor will incorporate additional reporting and diagnostic capabilities to the system. In addition, the hardware for the ACN or MC will be modified as necessary. The deliverable will be one complete transceiver system that includes one MC and a minimum of six ACNs in their final enclosures. Furthermore, it will include the full complement of diagnostic capabilities and be delivered with the different types of manuals (e.g., user and maintenance) requested by the fisheries community in the requirements document. Delivery of the complete system is required within 5 months after item (3) above has been accomplished. It is anticipated that a firm-fixed price contract for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD) will be awarded. The North American Industry Classification Code (NAICS) is 541710 with a size standard of 500 employees. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by June 11, 2007. Documentation to support the vendor?s capability must be in writing and include the vendor?s name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc.; and a brief narrative regarding its capability to provide the services as described above. Any response that does not include this information will not be considered. The Government will review each response to determine if the vendor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 1:00 PM local Seattle time (PDT), June 11, 2007. Email Address: Loren.Frei@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
- Place of Performance
- Address: Seattle, WA
- Zip Code: 98115
- Country: UNITED STATES
- Zip Code: 98115
- Record
- SN01306209-W 20070602/070531220432 (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 |