SOURCES SOUGHT
66 -- Buoys and Related Equipment for NOAA's Chesapeake Bay Office
- Notice Date
- 6/11/2008
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NFFKHC40-8-37146
- Archive Date
- 7/17/2008
- Point of Contact
- Robin L. Prather,, Phone: 301-713-0820 x126, JEANETTE SPREEMANN,, Phone: 301-713-0820 x 141
- E-Mail Address
-
robin.prather@noaa.gov, jeanette.spreemann@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice to determine the availability and capability of firms, particularly small businesses, to provide buoys and related equipment. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, National Marine Fisheries Service, Chesapeake Bay Office is seeking available sources to procure buoys and related equipment for the purpose of acquiring data from attached sensors and transmitting the data in real time to a shore based computer network. The following information is provided for assessing the capability of your organization and not to be considered complete specifications. Platform: The buoy shall be deployable in 5-50 m water depths in the Chesapeake Bay, its tributaries and nearby coastal waters. The buoy with its recommended mooring hardware shall be capable of withstanding 90 knot winds; 3m seas; and three knot currents. Buoy shall support (at least) sensors for meteorological conditions (wind speed and direction, air temperature and pressure), downward-looking current profiles, water quality measurements, and directional wave height and period. The buoy shall allow data connections to bottom mounted instruments via direct cable or acoustic modem. The platform shall be serviceable and towable by small (<25 ') boat and shall be boardable or completely accessible from boat. Platform shall be as lightweight as possible, less than approximately 1500 lbs. with instrumentation. Data Controller and External communications: The controller shall integrate input from up to 12 sensors or sensor packages, including all of those listed below. External communications shall be two-way, static ip-based high bandwidth broadband CDMA (primary). Sensors: Buoy shall include standard Wind/Meteorological (wind speed and dir, air temp, barametric pressure, relative humidity) and GPS (Horizontal positioning) sensors. Buoys shall come equipped with one or more of the following instruments (plug, data and dimensional) or their equivalent sensors WetLabs WQM water quality sensor; Nortek Aquadopp Profilers acoustic current profiler; and AXYS TriAXYS wave sensor; and up to one spare of each. There shall be capability to attach/remove other near-surface in-situ sensors from above the water surface. Power: Power can be lead acid cells with solar charging, but the system shall be flexible enough to accommodate new technologies (for example, lithium batteries), and shall run all instruments and communications for one week without solar power. There shall be an intelligent and addressable power management and distribution system. The system shall include a ready to deploy buoy meeting the above specifications, complete power and power management systems, data collection platform, ready to interface with CDMA data modem, programmable amber navigation light, GPS, wind/meteorology sensors, up to three additional specified water quality, waves, and current profiling sensors. NOAA anticipates acquiring up to four buoys per year. Award of an Indefinite Delivery Indefinite Quantity task order contract is contemplated. The duration of this contract is anticipated to be forty-eight months. Responses are due not later than 1:00 p.m. (EST) on July 2, 2008 to the contracting office address identified above, as well as electronically (in MS Word or PDF format) to Robin.Prather@noaa.gov. Responses to this notice shall be limited to 15 pages and shall include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number and e-mail addresses of responsible, authorized individuals who can address the capabilities identified in the responses. 3. Identify the size status of the firm, large or small. 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Identify whether registered in the Central Contractor Registry (CCR, at www.ccr.gov ). 5. Identification of the firm's GSA Schedule contract(s), if any, by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. This is not a Request for Proposal nor is it to be construed to be a commitment by the Government to issue a solicitation or ultimately award a contract. Responses to this notice will not be considered offers, nor will any award be made as a result of this notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice. The Government is conducting market research to locate qualified, experienced, and interested potential sources, particularly, firms capable of providing the services. Responses to this announcement will not be returned. The Government may contact one or more respondents for information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a540d8a8ba29d78073d0474416c985a&tab=core&_cview=1)
- Place of Performance
- Address: 410 Severn Avenue, Annapolis, Maryland, 21403, United States
- Zip Code: 21403
- Zip Code: 21403
- Record
- SN01591104-W 20080613/080611221448-4a540d8a8ba29d78073d0474416c985a (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 |